Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-204 - 2/21/2017 - Approved
2017-204 - ' 2/21/17 M2017-027 Bay Ltd 00 52 23 AGREEMENT This Agreement,for the Project awarded on February 21,2017,is between the City of Corpus Christi (Owner)and Berry Contracting LP dba Bay, Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road—Weber Road to Staples Street(Bond 2014) Prosect Number—E13087 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Naismith Engineering, Inc. _-- _ -_ _ - ,450LGollihar Road -- - --- ---- - - - Corpus Christi,Texas 78411 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 720 Days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 750 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 -Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 ` ' INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties, OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-159292 Bay Ltd. Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/27/2017 being filed. City of Corpus Christi Engineering Services Date Acknowledged: Aimee Alcorn-Reed0913:53.3 2017.03.0913:53:30-06'00' 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. E13087 Gollihar Road from Weber Road to Staples Street(Bond 2014) 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Lentz,Jon Corpus Christi,TX United States X 5 Check only if there is NO Interested Party, ❑ ��uuen 6 AFFIDAVIT .•\�pp► � I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Y y OF c Signature o thorized agent of contracting Business entity AFFIX NOTARY S1'fiy�$E�1 A 481841 e1 uaN��N k Sworn to and subscribed before me,by the said �0 r 1 this the t day of Ta Yl m l 201 ,to certify which,witness my hand and seal of office. �44� No Tvt U bll c Signature of officer administering oath Printed name of officer administering oath Title of officer admiristering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF GOLLIHAR ROAD FROM . WEBER RD., TO STAPLES ST. ( BOND 2014) PROJECT NO. E13087 WE T City of WILFEpp RIVE► . Corpus 00 moo., 549 11'`� '•��NSEQ.•••.`��' Christi PREPARED BY: Naismith/Hanson <0! HANSON Engineering I Planning I Architecture I Allied Services. Now part of Hanson Professional Services Inc. www.hanson-inc.com 4501 GOLLIHAR ROAD, CORPUS CHRISTI, TX 78411 PHONE: (361)814-9900 FAX: (361) 814-4401 TBPE FIRM REGISTRATION: NEI NO. F-000355 & HANSON F-000417 RECORD DRAWING NUMBER: STIR 891 DECEMBER 2016 000100 TABLE OF CONTENTS Note to Specifier: Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Rev01-13-2016) 006116 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/MBE/DBE Participation Policy 007300 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 012310 Alternates and Allowances 012900 Application for Payment Procedures(Rev 03-11-2015) 012901 Measurement and Basis for Payment(Rev 01-13-2016) 013100 Project Management and Coordination (Rev01-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev 7/3/2014) 013302 Shop Drawings 013303 Record Data Table of Contents 000100-1 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Division/ Title Section 013304 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 013500 Special Procedures 014000 Quality Management 01 50 00 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements 02 10 80 Removing Abandoned Structures 02 20 20 Excavation & Backfill for Utilities 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 02 20 40 Street Excavation 02 20 80 Embankment 022100 Select Material 02 24 20 Silt Fence 02 52 05 Pavement Repair, Curb, Gutter,Sidewalk, & Driveway Replacement 02 52 23 Crushed Limestone Flexible Base 02 54 04 Asphalts, Oils, & Emulsions 025412 Prime Coat 02 54 24 Hot Mix Asphalt Concrete Pavement 02 56 08 Inlets 02 56 10 Concrete Curb&Gutter 02 56 12 Concrete Sidewalk& Driveways 02 56 14 Concrete Curb Ramps 02 56 20 Portland Cement Concrete Pavement 02 56 80 Colored Concrete Pavement for Cycle Tracks 02 58 02 Temporary Traffic Controls During Construction 02 58 03 Traffic Signal Adjustments 02 58 05 Work Zone Pavement Markings 02 58 07 Pavement Markings(Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words, & Emblems 02 58 16 Raised Pavement Markers 02 58 18 Reference Specification—TX DOT DMS 4200"Pavement Markers(Reflectorized)" Table of Contents 000100-2 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 02 58 28 Reference Specification—TX DOT DMS 6130"Bituminous Adhesive for Pavement Markers" 02 62 01 Waterline Riser Assembly 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 04 PVC Pipe—ASTM D2241 02 62 06 Ductile Iron Pipe& Fittings 02 62 10 PVC Pipe—AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Forcemains 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves &Tapping Valves 02 64 11 Gate Valves for Waterlines 02 64 16 Fire Hydrants 02 72 00 Control of Wastewater Flows 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manhole and Structures 02 72 05 Fiberglass Manholes 02 74 02 Reinforced Concrete Pipe Culverts 02 74 04 Concrete Box Culverts 02 76 02 Gravity Wastewater Lines 02 76 04 Disposal of Waste from Wastewater Cleaning Operations 02 76 06 Wastewater Service Lines 02 76 11 Cleaning and Televised Inspection of Conduits 02 76 18 Wastewater Line Rehabilitation—Pipe Bursting 02 80 40 Sodding 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 80 00 Concrete Structures 05 54 20 Frames, Grates, Rings, &Covers 09 70 20 Exposed Aggregate Finish for Concrete Sidewalks 02600 Standard Specification Section 02600"Pipe Bursting Waterlines using Fusible PVC' Signalization, Illumination Specifications Table of Contents 000100-3 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Part S City Standard Specifications 0000 General Specifications for Traffic Signal Maintenance, Repair and Installation 0000 General Notes T025803 Standard Specification Section 025803 "Traffic Signal Adjustments" 34 41 16.33 Section 34 4116.33 "Traffic Signal Controller Unit" 34 41 16.23 Section 34 4116.23 "Traffic Signal Cabinet and Assemblies" Item 600 "Lighting,Signing, Markings and Signals" Item 618 "Conduit" Item 620 "Electrical Conductors" Item 624 "Ground Boxes" Item 628 "Electrical Services" Item 635 "Internally illuminated Street Name Sign" Item 655 "Controller Foundation" Item 680 "Installation of Highway Traffic Signals" Item 682 "Vehicle and Pedestrian Signal Head" Item 683 "LED Pedestrian Signal Countdown Module" Item 687 "Pedestal Pole Assemblies" Part T Technical Specifications Item 416 "Drilled Shaft Foundations" Item 476 "Jacking, Boring,or Tunneling Pipe or Box" Item 502 "Barricades, Signs and Traffic Handling" Item 624 Quazite PG1118BA18 Stackable Open Bottom Assembly Item 624 Quazite PG2436BA18 Stackable Open Bottom Assembly Item 635 Duralight JXM-STN Series LED Internally Illuminated Street Name Signs Item 680 SmartMonitor MMU-161-Eip Item 680 Cobalt by Econolite Item 682 Astro-Brac Assy,Tallon Series, 1-Way Cable Mount Item 684 "Traffic Signal Cables" Item 684 City Traffic Signal Cable Color Code Item 686 "Traffic Signal Pole Assemblies (Steel) Item 688 WAVETRONIX-Smart Sensor Advance Item 688 "Pedestrian Detectors and Vehicle Loop Detectors" Item 688 PELCO Pedestrian Push Button Station Assembly Sheets Table of Contents 000100-4 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Item 700 Exhibit A-Camera Connector Pinout Item 700 PELCO Astro-Brac Camera Mountings Item 700 Wiring Diagram for Video Camera Surge Suppression Filter Item 700 ISOTEC Video Cable Item 700 Acyclica Road Trend Data Collection Item 703 Cisco Industrial Ethernet 4000 Series Switch Appendix Title 1 Regulatory Screening Letter Report 2 Subsurface Utility Exploration 3 Box Culvert Inspection Report 4 Geotechnical Report 5 CH2M Hill—Gollihar Road Stormwater Infrastructure Review END OF SECTION Table of Contents 000100-5 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Gollihar Road—From Weber Road to Staples Street Owner's Prosect Identification No.—E13087 The Project includes the full depth reconstruction of Gollihar Road from South Weber Road to Staples Street; which includes various street and utility improvements. As part of The Project, all existing pavement and underground infrastructure will be demolished and replaced from the western limits of the curb return at the Weber Road Intersection to the western limits of the curb return at the South Staples Street Intersection (4900 LF). Sidewalks, curb ramps, concrete driveways, and concrete curb\gutter will also be upgraded for this project area; and driveway access to the western portion of Whataburger Way Drive will be constructed. The new roadway will be a 58' B-B pavement section which includes 10'6" and 11'0" travel lanes in each direction and an 11'0" continuous left turn lane. A 9'-10' wide Sidewalk/Cycle Track will be tied to the back of curb in each direction. Approximately 28 commercial driveways will be replaced. In addition to the new roadway, eight (8) RTA bus stops located along this portion of Gollihar Road will be reconstructed with new shelter pads. The project will also consist of the construction of 11' x 60' concrete bus pads at each new shelter pad location. The existing traffic signalization at the Gollihar Road and Weber Road Intersection is being upgraded\modified as part of this project due to the road widening. The road widening will also require adjustment of the pedestrian poles at the Gollihar Road and Staples Street Intersection. In addition a 2" conduit shall be installed from Staples to Weber; with pull boxes (36" L x 24" W x 18" D) with gravel base will be placed at approximately 900 foot intervals. The storm water improvements shall consist of installing a new 5'x4" box culvert from Weber Road to Carmel Parkway and a new trunk line (combination of 4'x4' RCB, 48" RCP, 36" RCP and 30" RCP) between Carmel Parkway and Staples Street. In addition curb inlets, storm water manholes, and laterals shall be upgraded or added throughout the length of the project. Equalization connections will be provided between the existing and proposed box culvert, and similar connections will be installed between the existing\proposed drainage lines east of Carmel Parkway. The wastewater improvements shall consist of rehabilitating the existing 8" VCP (that Invitation to Bid and Instructions to Bidders 002113- 1 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 runs in a private easement along the commercial business between Weber Road and Dody Street) and 10" VCP that crosses at Calvin Drive by pipebursting with a polyethylene pipe. Additional wastewater improvements will consist of removing/replacing the existing 15" VCP that crosses just west of Dody Street with PVC SDR 26 pipe. The existing brick\concrete manholes within these limits shall be rehabilitated with a fiberglass liner and new ring\cover, and service connections shall be reconnected to the new lines. The water improvements shall consist of replacing the 16" Cl, Pipe Bursting a 12" AC, and 6" AC lines under the proposed roadway with new PVC (C-900 or C-905) waterlines. The existing 12"AC waterline will be rehabilitated by pipe bursting with C-900 Fusible PVC line. The existing fire hydrants shall be salvaged and replaced with new hydrant assemblies, and service connections shall be reconnected to the new lines. The gas improvements shall consist of replacing the existing 14" HP line with a new 16" HP through the Weber Road intersection. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$9.728.344.68. The Project is to be substantially complete and ready for operation within 720 calendar days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2PM Wednesday,January 18. 2017 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form,the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Gollihar Road—Weber Road to Staples Street(Bond 2014), Project No. E13087 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. Invitation to Bid and Instructions to Bidders 002113-2 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 3.05 Bids will be publicly opened and read aloud at 2PM Wednesday,January 18, 2017, at the following location: City Hall Building— City of Corpus Christi 3rd Floor, Parks& Recreation Department Engineering Services Smartboard Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4— PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on 10:30 AM Tuesday,January 10, 2017 the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6— EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. Invitation to Bid and Instructions to Bidders 002113-3 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5,that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7— INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8— BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall Invitation to Bid and Instructions to Bidders 002113-4 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 3. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract,the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9— PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-5 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE it—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. Invitation to Bid and Instructions to Bidders 002113-6 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 ARTICLE 14 EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. Invitation to Bid and Instructions to Bidders 002113-7 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 24—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, Invitation to Bid and Instructions to Bidders 002113-8 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. Invitation to Bid and Instructions to Bidders 002113-9 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid,which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by (type or print name of company) on: 2 PM Wednesday,January 18, 2017 for Owner's Project Identification No.— E13087,Gollihar Road—From Weber Road to Staples Street. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Gollihar Road—Weber Road to Staples Street (Bond 2014), Project No. E13087 All envelopes and packages(including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00-1 Gollihar Road From Weber Rd.to Staples St (BOND 201.4), Project E13087 Rev 01-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder.has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations,and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques,sequences,and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations,explorations,tests, studies,or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 Gollihar Road From Weber Rd.to Staples St (BOND 2014),Project E13087 Rev 01-13-2016 all additional examinations, investigations, explorations,tests,studies,and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for Bid Acknowledgement Form 003000-3 Gollihar Road From Weber Rd.to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 720 Days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 750 Days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The.terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be Bid Acknowledgement Form 003000-4 Gollihar Road From Weber Rd.to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Gollihar Road From Weber Rd.to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Gollihar Road From Weber Rd.to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Project Name: GOLLIHAR ROAD - FROM WEBER ROAD TO SOUTH STAPLES STREET(BOND 2014) Project Number: E13087 Ower: City of Corpus Christi ENAISMITH ENGINEERING, INC. Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION LS 1 A2 STORMWATER POLLUTION PREVENTION PLAN LS 1 A3 OZONE ACTION DAY EA 8 A4 EXPLORATORY EXCAVATIONS LS 1 A5 TRAFFIC CONTROL-GOLLIHAR UTILITIES& FINAL PAVEMENT MO 22 (INTERIM TCP SIGNAGE AND DELINEATION) A6 TRAFFIC CONTROL-WEBER INTERSECTION (INTERIM TCP MO 2 SIGNAGE AND DELINEATION) A7 TRAFFIC CONTROL PLAN - PLAN AND PREPARATION (GOLLIHAR EA 2 AND WEBER- PROJECT LIMIT BARRICADES) A8 TRAFFIC CONTROL PLAN - MESSAGE SIGN BOARDS EA 6 A9 LOW PROFILE CONCRETE BARRIER (20 FOOT BARRIER) EA 50 A10 TRAFFIC CONTROL PLAN - MOBILIZATION (5%OF TOTAL TCP LS 1 COST- ITEM NOS. A5 THRU A9) SUBTOTAL PART A-GENERAL(Items Al thru A10) Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 FINAL SURFACE (2-INCH TYPED' HMAC) SY 32,175 B2 INITIAL SURFACE (3-INCH TYPE '13' HMAC) SY 32,175 B3 PRIME COAT, MC-30 (0.15 GAL/SY) GAL 4,826 B4 12-INCH CRUSHED LIMESTONE BASE SY 35,514 B5 IGEOGRID,TENSAR TX-5 SY 35,514 B6 12-INCH COMPACTED SUBGRADE SY 35,514 B7 STREET EXCAVATION SY 35,514 B8 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (4-INCH) (BROKEN) LF 2,230 B9 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4-INCH) (BROKEN) LF 2,080 B10 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4-INCH) (SOLID) LF 8,822 B11 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (8-INCH) (SOLID) LF 404 B12 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (ARROW) EA 56 B13 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (WORD) EA 5 B14 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (SYMBOL) EA 16 B15 RAISED PAVEMENT MARKERS(TYPE I-C) EA 136 B16 RAISED PAVEMENT MARKERS(TYPE II-A-A) EA 442 Bid Form Page 1 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT B17 RAISED PAVEMENT MARKERS(TYPE II-B-B) EA 15 B18 2-INCH PVC (SCH. 40) ELECTRICAL CONDUIT(IT/MIS) LF 4,989 NEWBASIS POLYMER CONCRETE PULL BOXES 24"X36"X18" WITH B19 3-INCH GRAVEL(IT/MIS) EA 8 B20 CONCRETE DRIVEWAY SF 13,344 B21 BLOCK SODDING SY 1,060 B22 SIDEWALK DEMOLITION SF 34,236 B23 CURB& GUTTER DEMOLITION LF 8,910 B24 HEADER CURB/SIDEWALK RETAINING CURB DEMOLITION LF 826 B25 CONCRETE DRIVEWAY DEMOLITION SF 15,529 B26 CURB RAMP DEMOLITION SF 1,759 B27 PAVEMENT REPAIR SY 197 B28 NEW REGULATORY SIGNAGE EA 139 B29 RELOCATION OF EXISTING SIGNAGE EA 20 B30 REMOVAL OF EXISTING SIGNAGE EA 49 B31 CYCLE TRACK SIDEWALK (GREEN) SF 27,942 B32 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (24-INCH) LF 1,247 B33 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (12-INCH) LF 1,275 B34 TYPE 'C' PREFABRICATED CROSSWALK STRIPING (24-INCH) LF 413 B35 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items 131 thru B35) Part C-RTA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 8-INCH CONCRETE BUS PAD SF 5,280 C2 CONCRETE SHELTER/LANDING PAD SF 1,980 C3 DEMOLITION OF EXISTING CONCRETE SHELTER PAD SF 267 C4 SHELTER PAD STRIPING (YELLOW) (SOLID) (FULL WIDTH OF CURB) LF 480 SUBTOTAL PART C-RTA IMPROVEMENTS(Items C1 thru C4) Part D-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 CONCRETE PEDESTRIAN SIDEWALK SF 33,071 D2 SIDEWALK RETAINING CURB LF 1,234 D3 TYPE 2 CONCRETE RAMP EA 6 D4 TYPE 6 CONCRETE RAMP EA 20 D5 TYPE 14 CONCRETE RAMP EA 4 D6 JADA TRANSITION RAMP EA 21 SUBTOTAL PART D-ADA IMPROVEMENTS(131 THRU 136) Part E-DRAINAGE IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) El 5-FOOT CURB INLET EA 37 E2 MODIFIED CURB INLET TYP 1 EA 1 E3 MODIFIED CURB INLET TYP 2 EA 1 E4 CURB INLET REHABILITATION EA 1 E5 5-FOOT CURB INLET THROAT EXTENSION EA 1 21 E6 ISTANDARD 6" CURB &GUTTER LF 9,294 Bid Form Page 2 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT E7 DRIVEWAY GUTTER LF 1,213 E8 18-INCH REINFORCED CONCRETE PIPE (Class III) LF 905 E9 24-INCH REINFORCED CONCRETE PIPE (Class III) LF 459 E10 30-INCH REINFORCED CONCRETE PIPE (Class III) LF 185 E11 36-INCH REINFORCED CONCRETE PIPE (Class III) LF 597 E12 48-INCH REINFORCED CONCRETE PIPE (Class III) LF 843 4 FOOT X 4 FOOT BOX CULVERT 1390 BEND PRE-FABRICATED E13 FITTING EA 1 5 FOOT X 4 FOOT BOX CULVERT 1460 BEND PRE-FABRICATED E14 EA 1 FITTING E15 4 FOOT X 4 FOOT BOX CULVERT LF 492 E16 5 FOOT X 4 FOOT BOX CULVERT LF 2,743 E17 TRENCH SAFETY FOR STORMWATER LINES LF 6,208 E18 TRENCH SAFETY FOR STORMWATER INLET EA 40 E19 TRENCH SAFETY FOR STORMWATER MANHOLE/RISER EA 25 E20 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.1 EA 1 E21 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.2 EA 1 E22 JUNCTION BOX NO.1 EA 1 E23 JUNCTION BOX NO.2 EA 1 E24 TYPE 'A' STORMWATER MANHOLE (4 FEET TO 7 FEET DEEP) EA 3 E25 TYPE 'A' STORMWATER MANHOLE (7 FEET TO 9 FEET DEEP) EA 3 E26 TYPE 'A' STORMWATER MANHOLE (9 FEET TO 11 FEET DEEP) EA 2 E27 TYPE 'A' STORMWATER MANHOLE (11 FEET TO 13 FEET DEEP) EA 1 E28 TYPE 'C' STORMWATER MANHOLE EA 2 E29 TYPED' STORMWATER MANHOLE EA 9 E30 MANHOLE RISER EA 5 E31 MANHOLES TO BE DEMOLISHED AND FILLED WITH SAND EA 1 E32 EQUALIZATION AND REINFORCED CONCRETE BOX CONNECTIONS EA 1 E33 CONNECT LATERAL TO BOX CULVERT MAIN EA 9 E34 CONNECT 4 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 1 E35 ICONNECT 5 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 7 E36 ADJUST RING/COVER EA 11 E37 8" STEEL/METAL PIPE TO BE REMOVED LF 126 E38 15" REINFORCED CONCRETE PIPE TO BE REMOVED LF 131 E39 18" REINFORCED CONCRETE PIPE TO BE REMOVED LF 553 E40 24" REINFORCED CONCRETE PIPE TO BE REMOVED LF 267 E41 30" REINFORCED CONCRETE PIPE TO BE REMOVED LF 6 E42 54" REINFORCED CONCRETE PIPE TO BE REMOVED LF 23 E43 CURB INLET DEMOLITION EA 17 E44 BOX CULVERT DEMOLITION LF 15 E45 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 1) EA 38 E46 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 2 EA 8 AND 3) BOX CULVERT REHABILITATION - MISCELLANEOUS DEBRIS AND E47 CY 167 SILT REMOVAL Bid Form Page 3 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BOX CULVERT REHABILITATION -CONFINED WORKING SPACE E48 ENVIRONMENT LF 2,650 E49 SILT FENCE LF 10,000 E50 INLET PROTECTION EA 49 E51 JALLOWANCE FOR UNANTICIPATED DRAINAGE IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART E-DRAINAGE IMPROVEMENTS(E1 THRU E51) Part F-WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 6-INCH PVC (C-900)WATERLINE LF 290 6-INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A F2 12" PVC(C-900) PIPE LF 322 F3 8-INCH PVC (C-900)WATERLINE LF 907 F4 12-INCH PVC(C-905) WATERLINE LF 199 12-INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A F5 12" PVC(C-900) PIPE LF 4,351 F6 16-INCH PVC(C-905) WATERLINE LF 94 F7 4-INCH DUCTILE IRON PIPE LF 15 F8 6-INCH DUCTILE IRON PIPE LF 315 F9 8-INCH DUCTILE IRON PIPE LF 57 F10 12-INCH DUCTILE IRON PIPE LF 238 F11 16-INCH DUCTILE IRON PIPE LF 46 F12 TRENCH SAFETY FOR WATERLINES LF 6,525 F13 6-INCH D.I.M.J. GATE VALVE EA 15 F14 8-INCH D.I.M.J. GATE VALVE EA 4 F15 12-INCH D.I.M.J. GATE VALVE EA 23 F16 16-INCH D.I.M.J. GATE VALVE EA 2 F17 12-INCH X 6-INCH D.I.M.J. REDUCING CROSS EA 5 F18 16-INCH X 16-INCH D.I.M.J. CROSS EA 1 F19 12-INCH X 8-INCH D.I.M.J. REDUCING TEE EA 4 F20 12-INCH X 6-INCH D.I.M.J. REDUCING TEE EA 2 F21 16-INCH X 12-INCH D.I.M.J. REDUCER EA 1 F22 6-INCH X 4-INCH D.I.M.J. REDUCER EA 4 F23 16-INCH D.I.M.J. PLUG EA 1 F24 16-INCH X 12-INCH D.I.M.J. OFFSET BRANCH EA 1 F25 16-INCH D.I.M.J. 45 DEG BEND EA 8 F26 12-INCH D.I.M.J. 45 DEG BEND EA 27 F27 8-INCH D.I.M.J. 90 DEG BEND EA 2 F28 8-INCH D.I.M.J. 45 DEG BEND EA 11 F29 6-INCH D.I.M.J. 45 DEG BEND EA 56 F30 6-INCH D.I.M.J. 22.50 DEG BEND EA 8 F31 6-INCH D.I.M.J. 11.25 DEG BEND EA 8 F32 4-INCH D.I.M.J. 45 DEG BEND EA 4 F33 16-INCH D.I.M.J. LONG PATTERN SLEEVE (12-INCH MIN) EA 2 F34 12-INCH D.I.M.J. LONG PATTERN SLEEVE (12-INCH MIN) EA 1 Bid Form Page 4 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT F35 8-INCH D.I.M.J. LONG PATTERN SLEEVE (12-INCH MIN) EA 1 F36 6-INCH D.I.M.J. LONG PATTERN SLEEVE (12-INCH MIN) EA 10 F37 4-INCH D.I.M.J. LONG PATTERN SLEEVE (12-INCH MIN) EA 5 F38 16-INCH DUCTILE IRON SPOOL PIECE (24-INCH MIN) EA 5 F39 12-INCH DUCTILE IRON SPOOL PIECE (24-INCH MIN) EA 19 F40 8-INCH DUCTILE IRON SPOOL PIECE (24-INCH MIN) EA 5 F41 6-INCH DUCTILE IRON SPOOL PIECE (24-INCH MIN) EA 37 F42 4-INCH DUCTILE IRON SPOOL PIECE (24-INCH MIN) EA 7 F43 VALVE BOX ADJUSTMENTS EA 5 F44 FIRE HYDRANT ASSEMBLY TYPE I (INCLUDES MAIN LINE FITTING) EA 3 F45 FIRE HYDRANT ASSEMBLYTYPE II (INCLUDES MAIN LINE FITTING) EA 13 F46 REMOVE/SALVAGE EXISTING FIRE HYDRANT EA 12 F47 RELOCATE/RECONNECT EXISTING WATER SERVICE METER EA 8 (INCLUDES NEW BOX, LINE, & CONNECTION) F48 WATERLINES TO BE GROUT FILLED AND ABANDONED IN PLACE LF 2,250 F49 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART F-WATER IMPROVEMENTS(F1 THRU F49) Part G-WASTEWATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 8-INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 10- G1 INCH POLYETHYLENE PIPE (SDR 17, IPS) LF 1,060 10-INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 12- G2 INCH POLYETHYLENE PIPE (SDR 17, IPS) LF 246 G3 15-INCH PVC(SDR 26) GRAVITY SEWER PIPE @ 11 FT TO 13 FT LF 83 DEPTH G4 TRENCH SAFETY FOR WASTEWATER LINES LF 1,389 G5 TRENCH SAFETY FOR WASTEWATER MANHOLE REHABILITATION EA 5 G6 REHABILITATION OF EXISTING BRICK\CONCRETE MANHOLES EA 5 WITH FIBERGLASS LINER AND NEW RING\COVER G7 18-INCH DIAMETER STEEL CASING (THROUGH BOX CULVERT) LF 12 G8 WASTEWATER BY PASSING EA 1 G9 WASTEWATER SERVICE RECONNECTION (INCLUDES NEW SERVICE 7 LINE AND CONNECTION) EA G10 15-INCH VCP TO PVC MISSION RUBBER COUPLING (12-INCH EA 1 MINIMUM) G11 ICONCRETE PAVEMENT REPAIR SF 350 G12 ASPHALT PAVEMENT REPAIR SY 45 G13 15" VCP (13.5' DEEP)WASTEWATER GRAVITY LINE TO BE LF 83 REMOVED G14 ALLOWANCE FOR UNANTICIPATED WASTEWATER LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART G-WASTEWATER IMPROVEMENTS(G1 THRU G14) Bid Form Page 5 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part H-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 BACKFILL AND COMPACTION OF HIGH PRESSURE GAS LINE LF 228 H2 JAILLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART H-GAS IMPROVEMENTS (H1 THRU 1-12) Part I-TRAFFIC SIGNAL IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 DRILL SHAFT(TRF SIG POLE) (36 IN) LF 56 12 CONDT(PVC) (SCHD 40) (2") LF 58 13 CONDT(PVC) (SCHD 40) (2") (BORE) LF 222 14 CONDT(PVC) (SCHD 40) (3") LF 53 15 CONDT(PVC) (SCHD 40) (4") LF 58 16 CONDT(PVC) (SCHD 40) (4") (BORE) LF 301 17 ELEC CONDR (NO.8) INSULATED LF 388 18 ELEC CONDR (NO.6) BARE LF 183 19 ELEC CONDR (NO.6) INSULATED LF 366 110 TRAY CABLE (3 CONDR) (12 AWG) LF 588 111 GROUND BOX TY C(162911)W/APRON EA 2 112 GROUND BOX TY D (162922) W/APRON EA 2 113 REMOVE ELECTRICAL SERVICES EA 1 114 ELC SRV TY D (120/240) 060 (NS)AL(E)TS(0) EA 1 115 ILSN (LED)(6S) EA 2 116 ILSN (LED)(8S) EA 2 117 INSTALL HWYTRF SIG (ISOLATED) EA 1 118 REMOVING TRAFFIC SIGNALS EA 1 119 VEH SIG SEC(12") LED (GRN) EA 8 120 VEH SIG SEC(12") LED (GRN ARW) EA 4 121 VEH SIG SEC(12") LED (YEL) EA 8 122 VEH SIG SEC(12") LED (YEL ARW) EA 8 123 IVEH SIG SEC(12") LED (RED) EA 8 124 VEH SIG SEC(12") LED (RED ARW) EA 4 125 BACK PLATE (12 IN) (3 SEC) EA 8 126 BACK PLATE (12 IN) (4 SEC) EA 4 127 PED SIG SEC(LED) (COUNTDOWN) EA 8 128 TRF SIG CBL(TY A)(12 AWG)(2 CONDR) LF 943 129 TRF SIG CBL(TY A)(14 AWG)(5 CONDR) LF 496 130 TRF SIG CBL(TY A)(14 AWG)(7 CONDR) LF 230 131 TRF SIG CBL(TY A)(14 AWG)(16 CONDR) LF 456 132 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 2 133 INS TRF SIG PL AM(S)1 ARM(40') EA 2 134 PED POLE ASSEMBLY EA 3 135 PED DETECT PUSH BUTTON (APS) W/R10-3e SIGN EA 8 136 RADAR PRESENCE DETECTOR EA 4 137 RADAR PRESENCE DETECTRO COMM CABLE LF 556 138 CAMERA PTZ(SERIES) EA 1 139 ETHERNET CABLE CAT 5 1LF 72 Bid Form Page 6 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT 140 ACYCLICA ROAD TREND EA 1 141 ACYCLICA POWER/COMM CABLE LF 20 142 ACYCLICA 2.4GHZ ANTENNA EA 1 143 ETHERNET 4000 SWITCH EA 1 144 JALLOWANCE FOR UNANTICIPATED TRAFFIC SIGNAL LS 1 $ 4,000.00 $ 4,000.00 SUBTOTAL PART I-TRAFFIC SIGNAL IMPROVEMENTS (11 THRU 144) Part J-ENVIRONMENTAL ISSUES(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) J1 ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART J-ENVIRONMENTAL ISSUES (J1) $ 10,000.00 BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A10) SUBTOTAL PART B -STREET IMPROVEMENTS (Items B1 thru B35) SUBTOTAL PART C- RTA IMPROVEMENTS(Items C1 thru C4) SUBTOTAL PART D-ADA IMPROVEMENTS (Items D1 thru D6) SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items E1 thru E51) SUBTOTAL PART F-WATER IMPROVEMENTS(Items F1 thru F49) SUBTOTAL PART G -WASTEWATER IMPROVEMENTS (Items G1 thru G14) SUBTOTAL PART H -GAS IMPROVEMENTS(Item H1 thru 1-12) SUBTOTAL PART I -TRAFFIC SIGNAL IMPROVEMENTS (Items 11 thru 144) SUBTOTAL PART J - ENVIRONMENTAL ISSUES (Item J1) $ 10,000.00 TOTAL PROJECT BASE BID (PARTS A THRU J) Contract Times Bidder agrees to reach Substantial Completion in 1 720 Jdays Bidder agrees to reach Final Completion in 1 750 Jdays Bid Form Page 7 of 7 Gollihar Road From Weber Rd to Staples St(BOND 2014), Project E13087 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002-1 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 11-25-2013 3 00 30 05 City of Corpus Christi Disclosure of Interest / SUPPLIER NUMBER TO BE ASSIGNED BY rr — a PURCHASING DIVISION City f CITY OF CORPUS CHRISTI City of DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner ❑ 4. Association ❑ 5. Other B DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 00 30 05-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: Cry"or NnO Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Gollihar Road—Weber Road to Staples Street(Bond 2014) Project Number—E13087 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality,or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email• END OF SECTION Non-Collusion Certification 00 30 06-1 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request,signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 00 45 16-1 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Statement of Experience 004516-2 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the "TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death,within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business(check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies,firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size' Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR I I Year I EMR I Year I EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 2—Project Information Organization doing business as71: Proposed Project Organization' Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year I EMR I I Year I I EMR Subcontractor Year EMR I Year I I EMR I I Year EMR Statement of Experience 004516-6 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Descriptio Namen Reference Contact Information` Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information' Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Statement of Experience 004516-9 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information' Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16-10 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Statement of Experience 00 45 16-11 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below(date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder,within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes& Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 00 45 16-12 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2C Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five (5)years? Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516-13 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2C Table 5—Demonstrated Minority, MBE,DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/MBE/DBE Participation Policy Name Work to be Provided Estimated %of Contract Price Statement of Experience 004516-14 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2C ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Statement of Experience 004516-15 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2C 00 52 23 AGREEMENT This Agreement,for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road—Weber Road to Staples Street(Bond 2014) Project Number—E13087 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Naismith Engineering,Inc. 4501 Gollihar Road Corpus Christi,Texas 78411 2.02 The Owner's Authorized Representative for this Project is: TO BE DETERMINED ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 720 Days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 750 days after the date when the Contract Times commence to run. B. Milestones,and the.dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the . Agreement 00 52 23-1 -Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay(but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$1000.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed,and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 005223-2 -Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed,less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion,elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 225.2. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as.to the general, local,and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement . 005223-3 -Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.1)and 7.01.E with respect to the effect of such information,observations, and. documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods,techniques,sequences, and procedures of construction to be employed by Contractor; and 3. Contractor'ssafety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations,explorations,tests,studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents,and all additional examinations,investigations,explorations,tests, studies,and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 -Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books,correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: J. Specifications,forms,and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings Listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. S. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. ATTEST CITY OF CORPUS CHRISTI Agreement 005223-5 -Gollihar Road From Weber Rd.to Staples St(BOND 2014),Project E13087 Rev 06-22-2016 Rebecca Huerta City Secretary J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Sea[ Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer,or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 -Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev 06-22-2016 006113 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address (principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number:Gollihar Road—Weber Road to Staples Street(Bond 2014), Project Telephone (main number): Number E13087 Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113-1 Gollihar Road from Weber Rd.to Staples St. (BOND 2014), Project E13087 Rev 01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Gollihar Road from Weber Rd.to Staples St.(BOND 2014), Project E13087 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address(principal place of business): Mailing address(principal place of business): Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Gollihar Road—Weber Road to Staples Street(Bond 2014), Project Telephone (main number): Number E13087 Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116-1 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev.01-13-2016 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Gollihar Road From Weber Rd.to Staples St(BOND 2014), Project E13087 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5—Availability of Lands;Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site.............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment,and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 00 72 00-1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials,and Equipment...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests,and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities.........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work;Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work.......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200-3 Corpus Christi Standards-Regular Projects 03-23-2015 Article 15—Payments to Contractor;Set-Offs;Completion;Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17—Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies.............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards-Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 Corpus Christi Standards-Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda-Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution-The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements-The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments,and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check,certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds-Performance Bond, Payment Bond, Maintenance Bond,and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times,or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards-Regular Projects 03-23-2015 13. Change Proposal-A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due;or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim-A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern-Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes,and substances, products,wastes,or other materials that are or become listed, regulated,or addressed pursuant to: a. The Comprehensive Environmental Response,Compensation and Liability Act,42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act,49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act,42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act,33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.;or g. Any other Laws or Regulations regulating, relating to,or imposing liability or standards of conduct concerning hazardous,toxic,or dangerous waste, substance,or material. 17. Contract-The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times,.or terms and conditions of the Contract for the new phase of Work;or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents-Those items designated as Contract Documents in the Agreement. 20. Contract Price-The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards-Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion;and c. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team-Contractor and Subcontractors,Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective-When applied to Work, refers to Work that is unsatisfactory,faulty,or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests,or approvals referred to in the Contract Documents;or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings-The part of the Contract that graphically shows the scope,extent,and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition-The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations,and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards-Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses, damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers,architects, attorneys,and other professionals. 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations,ordinances, codes,and orders of governmental bodies,agencies, authorities,and courts having jurisdiction over the Project. 33. Liens-Charges,security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification-Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order;or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed-A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee,the City Engineer(the Director of Engineering Services),and the City's officers, employees, agents,or representatives,authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in the Agreement and the consultants,subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees-Each member of the OPT and their officers,directors, members, partners,employees,agents, consultants,and subcontractors. 41. Owner's Project Team or OPT-The Owner,Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants,subconsultants, individuals,or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use-Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards-Regular Projects 03-23-2015 43. Progress Schedule-A schedule prepared and maintained by Contractor,describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein,the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples-Physical examples of materials,equipment,or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared,and maintained by Contractor. 48. Schedule of Values-A schedule, prepared and maintained by Contractor,allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings,diagrams, illustrations,schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings,whether approved or not, are not Drawings and are not Contract Documents. 51. Site-Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way,easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment,systems,standards,and workmanship as applied to the Work,and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion-The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer,fabricator,supplier,distributor, materialman,or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00-10 Corpus Christi Standards-Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities;or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines,conduits, ducts,cables,wires, manholes,vaults,tanks,tunnels, other similar facilities or appurtenances,and encasements containing these facilities which are used to convey electricity,gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions,cable television,water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work-The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition,deletion,or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to"at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms"as allowed," "as approved," "as ordered," "as directed,"or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to"reasonable," "suitable," "acceptable," "proper," "satisfactory,"or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 007200-11 Corpus Christi Standards-Regular Projects 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-12 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-13 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-14 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards - Regular Projects 00 72 00-15 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-18 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-19 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00-22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 —CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00-30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's lndemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's lndemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00-33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR'S decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 —TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; j• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; Other items entitling Owner to a set-off against the amount recommended; or p• q. r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final lnspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim X Required ❑ Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents ❑ Required X Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price ■ Required X Not Required Insurance Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007201-1 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01- 2 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01- 3 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 f) Any Toss at the Site; g) Any Toss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes Tong -term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01- 4 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01- 5 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01- 6 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01- 7 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 —TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01- 8 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01- 9 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01-10 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 72 02 - 1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX 31 and TX 40 as listed below apply: General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-2 REV 06-12-2015 Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 2.58 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-3 REV 06-12-2015 Backhoe $ 9.21 Motor Grader $ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-4 REV 06-12-2015 prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-5 REV 06-12-2015 new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-6 REV 06-12-2015 On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-7 REV 06-12-2015 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-8 REV 06-12-2015 Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007202-9 REV 06-12-2015 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 72 02-10 REV 06-12-2015 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 72 02-11 REV 06-12-2015 no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 72 02-12 REV 06-12-2015 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 72 02-13 REV 06-12-2015 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 72 02-14 REV 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority/ MBE / DBE Participation Policy [Insert Project Name and Number] 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy [Insert Project Name and Number] 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Naismith Engineering, Inc. Maldonado Burkett Intelligent Transportation Systems, LLP Olivarri and Associates B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. New Traffic signals at Weber b. Final striping and signage in place ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. Supplementary Conditions Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007300-1 11-25-2013 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 86 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical and Subsurface Inspection Reports include the following: a. A Geotechnical Study was completed by Kleinfelder dated May 14, 2014. And September 22, 2014. b. Culvert Inspection Report, Naismith Engineering, June 19, 2014The Contractor may rely on the following Technical Data in using this document: 1) Record of existing pipes entering the large existing RCB. 2) Detailed location of damage which must be repaired. c. Wastewater lines Video/Report, Video Plumbing, Inc., March 20, 2014 - The Contractor may rely on the following Technical Data in using this document: 1) Documentation on existing condition and details of the wastewater system to be constructed. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: Supplementary Conditions Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007300-2 11-25-2013 a. Gollihar Storm Sewer Units II, I11 & IV, City of Corpus Christi Department of Public Works, 1953 - The Contractor may rely on the following Technical Data in using this document: 1) These are the record drawings that indicate how the existing Targe RCB storm sewer was constructed down Gollihar Road in the 1950's. b. Southwestern Bell Telephone (ATT) Duct Bank Drawings, 1957- The Contractor may rely on the following Technical Data in using this document: 1) These are record drawings for the Duct Banks and Manholes for the ATT lines which run along Gollihar Road. SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1) Environmental Reports include the following: Regulatory Screening Assessment Letter, Naismith Engineering, Inc., July 29, 2014 2) Drawings of physical conditions related to known Hazardous Environmental conditions at the Site include the following: NONE. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 007300-3 11-25-2013 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: The Project includes the full depth reconstruction of Gollihar Road from South Weber Road to Staples Street; which includes various street and utility improvements. As part of The Project, all existing pavement and underground infrastructure will be demolished and replaced from the western limits of the curb return at the Weber Road Intersection to the western limits of the curb return at the South Staples Street Intersection (4900 LF). Sidewalks, curb ramps, concrete driveways, and concrete curb\gutter will also be upgraded for this project area; and driveway access to the western portion of Whataburger Way Drive will be constructed. The new roadway will be a 58' B -B pavement section which includes 10'6" and 11'0" travel lanes in each direction and an 11'0" continuous left turn lane. A 9'-10' wide Sidewalk/Cycle Track will be tied to the back of curb in each direction. Approximately 28 commercial driveways will be replaced. In addition to the new roadway, eight (8) RTA bus stops located along this portion of Gollihar Road will be reconstructed with new shelter pads. The project will also consist of the construction of 11' x 60' concrete bus pads at each new shelter pad location. The existing traffic signalization at the Gollihar Road and Weber Road Intersection is being upgraded\modified as part of this project due to the road widening. The road widening will also require adjustment of the pedestrian poles at the Gollihar Road and Staples Street Intersection. In addition a 2" conduit shall be installed from Staples to Weber; with pull boxes (36" L x 24" W x 18" D) with gravel base will be placed at approximately 900 foot intervals. The storm water improvements shall consist of installing a new 5'x4" box culvert from Weber Road to Carmel Parkway and a new trunk line (combination of 4'x4' RCB, 48" RCP, 36" RCP and 30" RCP) between Carmel Parkway and Staples Street. In addition curb inlets, storm water manholes, and laterals shall be upgraded or added throughout the length of the project. Equalization connections will be provided between the existing and proposed box culvert, and similar connections will be installed between the existing\proposed drainage lines east of Carmel Parkway. The wastewater improvements shall consist of rehabilitating the existing 8" VCP (that Summary of Work Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 011100-1 Rev 01-13-2016 runs in a private easement along the commercial business between Weber Road and Dody Street) and 10" VCP that crosses at Calvin Drive by pipe bursting with a polyethylene pipe. Additional wastewater improvements will consist of removing/replacing the existing 15" VCP that crosses just west of Dody Street with PVC SDR 26 pipe. The existing brick\concrete manholes within these limits shall be rehabilitated with a fiberglass liner and new ring\cover, and service connections shall be reconnected to the new lines. The water improvements shall consist of replacing the 16" CI, 12" AC, and 6" AC lines under the proposed roadway with new PVC (C-900 or C-905) waterlines. The existing 12" AC waterline will be rehabilitated by pipe bursting with C- 900 Fusible PVC line. The existing fire hydrants shall be salvaged and replaced with new hydrant assemblies, and service connections shall be reconnected to the new lines. The gas improvements shall consist of replacing the existing 14" HP line with a new 16" HP through the Weber Road intersection. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. AEP will be re -locating some of the Power Poles. 2. Gollihar Road from Kostoryz to Weber (E12088&89). 3. Carroll Lane from Houston to McArdle (E13097). B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Gas Lines will be adjusted by the City of Corpus Christi Gas Department B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. Summary of Work Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 011100-2 Rev 01-13-2016 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 011100-3 Rev 01-13-2016 0123 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 0123 10 - 1 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternate A - NONE> 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A - NONE in the General Items. B. Allowance B - Allowance for Unanticipated Street Improvements. 1. The sum of $30,000 to be used for items discovered and addressed during the construction process. C. Allowance C — NONE in the RTA Improvements D. Allowance D - NONE in the ADA Improvements E. Allowance E - Allowance for Unanticipated Drainage Improvements. 1. The sum of $25,000 to be used for items discovered and addressed during the construction process. F. Allowance F - Allowance for Unanticipated Water Improvements. 1. The sum of $25,000 to be used for items discovered and addressed during the construction process. G. Allowance G - Allowance for Unanticipated Wastewater Improvements. Alternates and Allowances Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012310-2 11-25-2013 1. The sum of $25,000 to be used for items discovered and addressed during the construction process. H. Allowance I —Allowance for Unanticipated Traffic Signal Improvements. 1. The sum of $4,000 to be used for items discovered and addressed during the construction process. I. Allowance J —Allowance for Unanticipated Environmental Issues 1. The sum of $10,000 to be used for unanticipated environmental issues discovered and addressed during the construction process. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012310-3 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 0131 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 0123 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 0123 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 — Stormwater Pollution Prevention Plan: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and the City; furnishing, installing, moving, replacing, inspecting and maintaining all temporary erosion, sediment, environmental measures, and re -vegetating disturbed areas in accordance with the plans and specifications. Unless shown in the Bid Form, returning the vegetative cover disturbed during construction shall be included in the unit price bid for this item. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. 2. Unless indicated otherwise in the Bid Form, STORMWATER POLLUTION PREVENTION PLAN shall be measured by the lump sum. C. Bid Item A-3 — Ozone Action Day: 1. Do not conduct priming or hot -mix paving operations, except for repairs, on days the City Inspector has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 2. Unless indicated otherwise in the Bid Form, OZONE ACTION DAY shall be paid for as by each day. D. Bid Item A-4 — Exploratory Excavations: 1. Payment shall include, but not limited to all labor/equipment/pavement repair/traffic permitting required for Contractor to "Pothole" all fiber optic and utility lines ahead of construction crews to verify existing horizontal and vertical elevations prior to the start of construction. Coordination with City Utility Departments, AT&T, AEP, Cable Providers, and One Call are also required. The percent billed shall be based on the total effort required to explore the entire length of the project. 2. Unless indicated otherwise in the Bid Form, EXPLORATORY EXCAVATIONS shall be measured by the lump sum. E. Bid Item A-5 to A-6 — Traffic Control: 1. Payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all temporary traffic controls for each phase of construction on Gollihar Road and Weber Intersection. This includes, but is not limited to barricades, signs, cones, lights, signals, temporary striping and markers, temporary pavement, flag -men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. Measurement and Basis for Payment Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012901-2 Rev 01-13-2016 2. Unless indicated otherwise in the Bid Form, TRAFFIC CONTROL shall be measured during each phase by the month. F. Bid Item A-7 —Traffic Control Plan — Plan and Preparation: 1. Payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all temporary traffic controls for both Gollihar Road and Weber Intersection project limits. This includes, but is not limited to barricades, signs, cones, lights, signals, temporary striping and markers, temporary pavement, flag -men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. 2. Unless indicated otherwise in the Bid Form, TRAFFIC CONTROL PLAN — PLAN AND PREPARATION shall be measured by the each. All traffic control needed for the project limits of Gollihar Road construction and all traffic control needed for the project limits of Weber Intersection Construction. G. Bid Item A-8 — Traffic Control Plan — Message Sign Boards: 1. Payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all message sign boards during all traffic control phases. 2. Unless indicated otherwise in the Bid Form, MESSAGE SIGN BOARDS shall be measured by the each. H. Bid Item A-9 — Low Profile Concrete Barrier: 1. Payment shall include, but not be limited to, installing, moving, replacing, and maintaining all concrete barriers during all traffic control phases. 2. Unless indicated otherwise in the Bid Form, LOW PROFILE CONCRETE BARRIER, shall be measured by the each per 20 linear foot barrier. I. Bid Item A-10 —Traffic Control Plan — Mobilization: 1. Payment shall include the following costs in this Bid item: Transportation and setup for all traffic control equipment. The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. Mobilization may not exceed 5 percent of the total Traffic Control Plan Cost for Street Improvements. 2. Unless indicated otherwise in the Bid Form, MOBILIZATION shall be measured by the lump sum. J. Bid Item E-47 — Box Culvert Rehabilitation — Miscellaneous Debris and Silt Removal: 1. Payment shall be full compensation for all materials required for debris and silt removal, including all disposing of the material and all manipulation, labor, tools, equipment, and incidentals necessary to complete the work. 2. Unless indicated otherwise in the Bid Form, BOX CULVERT REHABILITATION — MISCELLANEOUS DEBRIS AND SILT REMOVAL will be measured by the cubic yard. Measurement and Basis for Payment Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012901-3 Rev 01-13-2016 K. Bid Item E-48 — Box Culvert Rehabilitation — Confined Working Space Environment: 1. Payment shall be full compensation for all materials needed for confined space; certified personnel, oxygen aids, and all manipulation, labor, tools, equipment, and incidentals necessary to complete the work. Employees must be properly trained and certified to work in a confined space environment. 2. Unless indicated otherwise in the Bid Form, BOX CULVERT REHABILITATION — CONFINED WORKING SPACE ENVIRONMENT will be measured by the linear foot. NOTE: THE BASIS OF MEASUREMENT AND PAYMENT FOR BID ITEMS B-1 TO B-34, C-1 TO C-4, D-1 TO D-6, E-1 TO E-46, E-49 TO E-50, F-1 TO F-48, G-1 TO G-13, H-1, AND 1-1 TO 1-43 SHALL BE AS DESCRIBED IN THE SPECIFICATION SECTIONS AND/OR THE 00 30 01 BID FORM. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item B-35 — Allowance for Unanticipated Street Improvements: 1. Allows for the compensation to the Contractor for any unanticipated street related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS shall be measured by the lump sum. B. Bid Item E-51 — Allowance for Unanticipated Drainage Improvements: 1. Allows for the compensation to the Contractor for any unanticipated drainage related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED DRAINAGE IMPROVEMENTS shall be measured by the lump sum. C. Bid Item F-49 — Allowance for Unanticipated Water Improvements: 1. Allows for the compensation to the Contractor for any unanticipated water related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS shall be measured by the lump sum. D. Bid Item G-14 — Allowance for Unanticipated Wastewater Improvements: 1. Allows for the compensation to the Contractor for any unanticipated wastewater related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS shall be measured by the lump sum. E. Bid Item H-2 — Allowance for Unanticipated Gas Improvements: 1. Allows for the compensation to the Contractor for any unanticipated gas related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS shall be measured by the lump sum. Measurement and Basis for Payment Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012901-4 Rev 01-13-2016 F. Bid Item 1-44 — Allowance for Unanticipated Traffic Signal Improvements: 1. Allows for the compensation to the Contractor for any unanticipated traffic signal related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED TRAFFIC SIGNAL IMPROVEMENTS shall be measured by the lump sum. G. Bid Item J-1 — Allowance for Unanticipated Environmental Issues: 1. Allows for the compensation to the Contractor for any unanticipated environmental related conflicts or items that may come up. 2. Unless indicated otherwise in the Bid Form, ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES shall be measured by the lump sum. NOTE: THESE LUMP SUM BID ITEMS HAVE BEEN SET AS NOTED AND SHALL BE INCLUDED IN THE TOTAL BASE BID FOR EACH BIDDER. THESE ALLOWANCES MAY BE USED AT THE OWNER'S DISCRETION SHOULD AN UNANTICIPATED ADJUSTMENT OF A UTILITY, UNKNOWN STRUCTURE, OR SIMILAR SITUATION WARRANT THE USE OF THESE ALLOWANCE FUNDS. SHOULD THE USE OF FUNDS FROM THE ALLOWANCES BECOME NECESSARY, THE OWNER WILL PROVIDE WRITTEN AUTHORIZATION AT A COST NEGOTIATED BETWEEN THE CITY AND THE CONTRACTOR. THERE IS NO GUARANTEE THAT ANY OF THESE FUNDS WILL NEED TO BE USED THROUGHOUT THE COURSE OF THE WORK. THE CONTRACTOR SHALL INSERT THE FIGURE NOTED IN THE BASE BID IN THE BID FORM. THESE ITEMS SHALL BE USED FOR UNFORESEEN CIRCUMSTANCES. PAYMENT SHALL BE NEGOTIATED FOR EACH CIRCUMSTANCE, USING UNIT PRICES IN THE BID FORM WHEN APPLICABLE. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 012901-5 Rev 01-13-2016 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 0157 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the lump sum price for exploratory excavation. Pavement repairs associated with exploratory excavations will be paid for as part of the unit price for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 0131 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Naismith/Hanson 361-814-9900 Wilfredo Rivera, Jr., P.E. 361-816-2064 Traffic Engineering 361-826-3547 Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Environmental/Strategic Initiatives 361-826-4066 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013100-9 Rev 01-13-2016 0131 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 0133 00 DOCUMENT MANAGEMENT. Project Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 01 31 13 - 1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 0131 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 01 31 13 - 4 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 0131 14 - 4 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 11-25-2013 0133 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 0129 00 Change Proposal 0131 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 0131 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 0133 02 Schedule of Values 0129 00 Substitutions 01 31 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification DescriptionNo Paragraph Types of Submittals Required Product Information Sample or Mockup Operations Data 022021 CONTROL OF GROUND WATER Mockup 022100 SELECT MATERIAL Record Data 025210 LIME STABILIZATION Record Data 025223 CRUSHED LIMESTONE FLEXIBLE BASE Record Data 025404 ASPHALTS, OILS, & EMULSIONS Record Data 025412 PRIME COAT Record Data 025416 SEAL COAT Record Data 025424 HOT MIX ASPHALT CONCRETE PAVEMENT Record Data 025608 INLETS Shop Drawing 025620 PORTLAND CEMENT CONCRETE PAVEMENT Record Data 025680 COLORED CONCRETE PAVEMENT FOR CYCLE TRACKS Mockup 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) Record Data 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS, & EMBLEMS Record Data 026206 DUCTILE IRON PIPE & FITTINGS Record Data 026210 PVC PIPE - AWWA C900/905 PRESSURE PIPE FOR MUNICIPAL WATER MAINS AND WASTEWATER FORCEMAINS Record Data 026214 GROUTING ABANDONED UTILITY LINES Sample 026404 WATER SERVICE LINES Record Data 026409 TAPPNG SLEEVES & TAPPING VALVES Record Data 026411 GATE VALVES FOR WATERLINES Record Data 026416 FIRE HYDRANTS Record Data 027200 CONTROL OF WASTEWATER FLOWS Shop Drawing 027202 MANHOLES Shop Drawing 027205 FIBERGLASS MANHOLES Shop Drawing 027402 REINFORCED CONCRETE PIPE CULVERTS Shop Drawing 027404 CONCRETE BOX CULVERTS Shop Drawing 027602 GRAVITY WASTEWATER LINES Record Data 027606 WASTEWATER SERVICE LINES Record Data 027618 WASTEWATER LINE REHABILITATION - PIPEBURSTING Record Data Sample 030020 PORTLAND CEMENT CONCRETE Record Data 032020 REINFORCING STEEL Record Data 055420 FRAMES, GRATES, RINGS, & COVERS Shop Drawing T093100 COMPOSITE SHELL CAST -IN-PLACE TACTILE WARNING SURFACE UNIT Record Data Sample 34 41 16.33 Traffic Signal Controller Unit Shop Drawing Mockup 0&M Manual 34 41 16.32 Traffic Signal Cabinet and Assemblies Shop Drawing Mockup None 618 Conduit Record Data None None 620 Electrical Conductors Record Data None None 624 Ground Box Record Data None None 628 Electrical Service Record Data None None 635 Internally Illuminated Street Name Sign Record Data None None 682 Vehicle and Pedestrian Signal Head Record Data None None 683 LED Pedestrian Signal Countdown Module Record Data None None 686 Traffic Signal Pole Assemblies Shop Drawing None None 687 Pedestrian Pole Assemblies Shop Drawing None None Radar Presence Detection Device (RPDD) Record Data Mockup O&M Manual Accessible Pedestrian Signal Units Record Data None O&M Manual Submittal Register Gollihar Road From Weber Rd to Staples St (BOND 2014), Project E13087 0133 01-1 11/28/16 0133 01 Submittal Register Specification Section Specification DescriptionNo Paragraph Types of Submittals Required Product Information Sample or Mockup Operations Data Acyclica Data Collection Record Data None 0&M Manual Camera PTZ Record Data None 0&M Manual Ethernet 4000 Switch Record Data None O&M Manual Submittal Register Gollihar Road From Weber Rd to Staples St (BOND 2014), Project E13087 01 33 01-2 11/28/16 0133 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 02 74 04 Details and laying diagram for new box culverts and special fittings. 02 56 08 Fabrication drawing for pre -cast inlets and throat extensions. B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-1 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-2 11-25-2013 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-3 11-25-2013 the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-4 11-25-2013 e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-5 11-25-2013 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-6 11-25-2013 B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-7 11-25-2013 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 0133 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-8 11-25-2013 g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 013302-9 11-25-2013 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Gollihar Road from Weber Rd. to Staples St (BOND 2014), Project E13087 01 33 02-10 11-25-2013 0133 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 02 64 02 Vertical and Horizontal Location of all Waterlines and Valves 02 64 04 Vertical and Horizontal Location of all service line and meters 02 76 02 Vertical and Horizontal Location of all lines, Casings and Structures. 02 76 06 Size, and Vertical and Horizontal Location of all service lines. 0131 13 Contractor's Record Drawings B. Include Record Data in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; Record Data Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013303-1 11-25-2013 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. Record Data Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013303-2 11-25-2013 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. Record Data Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013303-3 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. Record Data 0133 03 - 4 Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 11-25-2013 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013303-5 11-25-2013 0133 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013304-4 11-25-2013 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Work shall be completed within the specified time for these items: Description Time Wastewater By-passing for the 15" line crossing. 24 Hours Wastewater By-passing for longer Pipe Bursting Sections. 5 working days B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; Special Procedures Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013500-1 11-25-2013 Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks [1 month] prior to beginning the Work. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: NOT APPLICABLE B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. B. The owner designated locations where wastewater by-pass operations can discharge into. The locations are indicated on the plan sheets. C. The owner will construct the gas line adjustments. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Gollihar Road from Weber Rd to Staples St (BOND 2014), Project E13087 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management 0140 00 -1 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 0131 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 0140 00 - 2 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 0133 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 014000-3 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 0133 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 0140 00 - 4 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 0140 00 - 5 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management 0140 00 - 6 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J. Quality Management 0140 00 - 7 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. b. Make checks daily and record observations in the quality control documentation. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management 0140 00 - 8 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E1308711-25-2013 0150 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict Toads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015000-4 11-25-2013 0157 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 0133 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 0133 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015700-4 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering which is subsidiary to other items. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description Temporary Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015700-5 11-25-2013 and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 015700-6 11-25-2013 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 017000-1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 0131 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 0133 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Gollihar Road From Weber Rd. to Staples St. (BOND 2014), Project E13087 017000-3 11-25-2013 SECTION 021080 REMOVING ABANDONED S I'RUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame -cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted unifounly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, 110 lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the stone water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of fmished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right -of -Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right -of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically -stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre -approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18 -kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway - legal rubber -tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and fmished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MA fERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev. 10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 'Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw -cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type 'A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture -density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev. 3-25-2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within +1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refmished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev. 3-25-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE -P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025412 Page 1 of 2 Rev. 10-30-2014 Prime shall be applied at a temperature within the recommended range per City Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable 025424 Page 2 of 8 Rev. 3-25-2015 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No.200 1-6* 1-6* 1-6* 1-6* VMA minimum 11 12 13 14 025424 Page 3 of 8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex -200-F, PartII (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page4of8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job -mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page7of8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8of8 Rev. 3-25-2015 SECTION 025608 INLETS 1. DESCRIPTION This specification shall govern for the construction of inlets complete in place and the materials used therein, including the installation, and the furnishing of frames, grates, rings and covers. 2. TYPES The various types of inlets are designated on the drawings by letters or by numbers indicating the particular design of each. Each type shall be constructed in accordance with the details shown on the drawings and to the depth required by the profiles and schedules given. 3. MATERIALS (1) Concrete. Concrete for curb inlets shall be Class "A" concrete conforming to the requirements of City Standard Specification Section 038000 "Concrete Structures", and City Standard Specification Section 030020 "Portland Cement Concrete", except as otherwise provided on the drawings. Concrete for grate inlets, drop inlets and post inlets shall be Class "C" concrete in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (2) Mortar. Mortar shall be composed of one part Portland cement and two parts clean, sharp mortar sand suitably graded for the purpose by conforming in other respects to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete" for fine aggregate. Hydrated lime or lime putty may be added to the mix but in no case shall it exceed 10 percent by weight of the total dry mix. (3) Reinforcing Steel. Reinforcing Steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel". (4) Concrete Blocks. Concrete blocks, when shown on the drawings, shall conform to the requirements of ASTM C 139. (5) Frames, Grates, Rings and Covers. Frames, grates, rings and covers shall conform to the requirements of City Standard Specification Section 055420 "Frames, Grates, Rings and Covers". (6) Cast Iron. Cast iron for supports and inlet units shall conform to the shape and dimensions shown on the plans. The castings shall be clean and perfect, free from sand or blow holes or other defects. Cast iron castings shall conform to the requirements of "Gray Iron Castings" ASTM A 48, Class 30. 025608 Page 1 of 2 Rev. 3-25-2015 4. CONSTRUCTION METHODS (1) General. All concrete work shall be performed in accordance with the requirements of City Standard Specification Section 038000 "Concrete Structures", unless otherwise specified. Forms will be required for all concrete walls, except where the nature of the surrounding material is such that it can be trimmed to a smooth vertical face. (2) Inlets for Precast Concrete Pipe Sewers. The construction of inlets for precast concrete pipe sewers shall be done as soon as is practicable after sewer lines into or through inlet locations are completed. All sewers shall be cut neatly at the inside face of the walls of inlet and pointed up with mortar. Subgrade under cast -in-place and precast inlets shall be compacted to not less than 95% Standard Proctor density. (3) Inverts. The inverts passing out or through the inlet shall be shaped and routed across the floor of inlet as shown on the plans. This shaping may be accomplished by adding and shaping mortar or concrete after the base is cast or by placing the required additional material with the base. (4) Finishing Complete Inlets. Inlets shall be completed in accordance with the drawings. Backfilling to finish grade elevation with native material, free of debris and compacted to over 95% Standard Proctor density. Backfilling shall be in accordance with the provisions of City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, inlets shall be measured as individual units by each inlet, complete in place. Extension to inlets will be measured by each extension separately from the inlet. Excavation, backfill, frames, grates, rings and covers will be considered subsidiary to the construction of the inlets. Payments shall be full compensation for furnishing all concrete, reinforcing steel, mortar, castings, frames, grates, rings and covers, and for all other materials, labor, tools, equipment and incidentals required to perform the work prescribed above. 025608 Page 2 of 2 Rev. 3-25-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside foluns shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev. 3-25-2015 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel S < 1:12 Side slope of ramp (flare) S < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks .. S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3-25-2015 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev. 3-25-2015 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev. 3-25-2015 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MA 1ERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev. 3-25-2015 4. MEASUREMENT OF MA I'ERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with TI -ID Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSIS I'ENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev. 3-25-2015 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slump Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCREIE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (1'/2") The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -MIX PLANTS The requirements for ready -mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRE IL PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 SECTION 025680 COLORED CONCRETE PAVEMENT FOR CYCLE TRACKS 1. GENERAL 1.1 SUMMARY A. Section Includes: 1. Integrally colored concrete pavement 2. Stamped concrete pavement 1.2 SUBMITTALS A. Submit according to Division 01 General Requirements. B. Product Data: For each product indicated. C. Mix Designs: For each type of integrally -colored concrete mix required. D. Samples for Initial Selection: Manufacturer's color charts. E. Sample Panels: 9 by 9 feet by 4 -inch -thick to demonstrate fmish, color, and texture of integrally colored concrete pavement. F. Qualification Data: For Installer and manufacturer specified in Quality Assurance Article, including names and addresses of completed projects, architects, and owners. G. Material Test Reports: From testing agency indicating compliance of concrete materials, reinforcing materials, admixtures, and similar items withrequirements. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Trained or approved by Manufacturer of decorative concrete systems. B. Manufacturer's Qualifications: Three years' experience manufacturing products required. C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077. D. Source Limitations: Obtain products from same source throughoutProject. E. Field Samples: Locate at site and obtain approval before start of final work. Field samples shall be minimum 4 by 4 feet by full thickness. 1. Demonstrate range of finishes and workmanship, including curingprocedures. 2. Approved field samples set quality standards for comparison with remainingwork. 3. Approved field samples may become part of the completed Work if undisturbed at completion of Project. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packaging with labels intact. B. Store in clean, dry and protected location, accordingto manufacturer's requirements. 1.5 PROJECT CONDITIONS A. Environmental Requirements: Comply with requirements of Standard Specification 025680 Page 1 of 4 Rev. 10-6-2016 Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". 2. PRODUCTS 2.1 FORMS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 2.2 STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel". 2.3 COLOR MA I'ERIALS A. Integral Concrete Colorant: ASTM C 979, factory -measured powdered mix in self - dissolving packaging, consisting of non -fading finely -ground synthetic mineral -oxide coloring pigments and water reducing wetting agent. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Color: Clary Sage (U51) 2.4 IMPRINTING TOOLS A. Stamp Mats: Semi-rigid polyurethane mats with projected texture and ridged underside capable of imprinting texture and joint patterns to plastic concrete. 1. Manufacturer: Butterfield Color®. 2. Pattern: Pennsylvania Avenue Soldier Course (8" width) 2.5 ADMIXTURES A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures". B. Do not use calcium chloride or admixtures containing calcium chloride. 2.6 RELATED MATERIALS A. Comply with requirements of Standard Specification Section 030020 "Portland Cement Concrete" and Standard Specification Section 038000 "Concrete Structures", and City of Corpus Christi standard details for expansion joint filler, bonding agents, etc. B. Bonding Agent: ASTM C 1059, Type II. 2.7 INTEGRAL CONCRETE MIXES A. Comply with Standard Specification Section 030020 "Portland Cement Concrete" for Class "A" concrete and as follows: 1. Portland Cement Content: Five sacks of cement per cubic yard. 025680 Page 2 of 4 Rev. 10-6-2016 a. Note: If additional cement is required for higher strength concrete applications, an adjustment in the amount of integral colorant is needed to achieve color consistency. Contact manufacturer for instructions. 2. Maximum Slump: 5 inches. B. Add integral concrete colorant according to manufacturer's instructions C. Maintain mix characteristics for all concrete required to have matching finish. 3. EXECUTION 3.1 EXAMINATION A. Examine subgrade and sub base for compliance with requirements. B. Do not proceed with integrally colored concrete pavement until unacceptable conditions are corrected. 3.2 FORMWORK AND STEEL REINFORCEMENT A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 3.3 CONCRETE PLACEMENT A. Comply with requirements of Standard Specification Section 032020 "Reinforcing Steel" and Section 038000 "Concrete Structures". B. Do not add water once placing has begun. Do not retemper concrete that has started to set. 3.4 FINISHING A. After final floating, apply a broom finish perpendicular to direction oftraffic. 3.5 STAMPING A. Stamp concrete surfaces according to manufacturer's instructions. B. Mat Stamping: While concrete is plastic, accurately align stamp mats in sequence and unifolinly press into concrete to produce imprint pattern, texture, and depth of imprint, according to manufacturer's instructions. Remove stamps from concrete immediately. 1. Stamp edges and surfaces unable to be imprinted with stamp mat with flexible stamping mats. 3.6 JOINTS A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures" and details shown on the drawings. 3.7 CURING AND SEALING A. Protect integrally colored concrete pavement from prematurely drying and excessive cold or hot temperatures. 025680 Page 3 of 4 Rev. 10-6-2016 B. Cure integrally colored concrete pavement according to manufacturer's instructions. C. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. 1. Do not over apply or apply in a single heavycoat. 3.8 REPAIRS AND PROTECTION A. Repair damaged integrally colored concrete pavement according to manufacturer's instructions. B. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. C. Protect integrally colored concrete pavement from damage or deterioration until date of Substantial Completion. 3.9 FIELD QUALITY CONTROL A. Comply with requirements of Standard Specification Section 038000 "Concrete Structures". 4. MEASUREMENT AND PAYMENT 4.1 Unless otherwise specified on the Bid Form, integrally colored concrete pavement for cycle tracks shall be measured by the square foot of surface area of completed cycle tracks as indicated on the drawings. 4.2 Unless otherwise specified on the Bid Form, the stamped concrete strip (8" width) shall be measured by the linear foot of completed stamped concrete strip as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025680 Page 4 of 4 Rev. 10-6-2016 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONS [RUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, 025802 Page 2 of 3 Rev. 1030-2014 equipment, materials, personnel, and incidentals necessary to provide a safe condition during construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the fmal estimate, upon completion of the project. 025802 Page 3of3 Rev. 10-30-2014 SECTION 025803 TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MA I'ERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor. Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 72 hours advance notice shall be provided to the City Traffic Engineer by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic, unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Page 1 of 1 Rev. 10-30-2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, as required to complete the project. 2. GENERAL REQUIREMENTS. The pavement marking material shall consist of an adhesive -backed reflective tape that can be applied to the pavement, Markings are to be 3M Staymark or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. DIMENSIONS. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. COLOR. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low -beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight.80 feet (approximate) 24 inches Curve < 80 feet (maximum) 24 inches Curve > 2 40 feet (maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. 025805 Page 1 of 2 Rev. 10-30-2014 The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2 of 2 Rev. 10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS -8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear -out edges without running of 025807 Page 1 of 3 Rev. 10-30-2014 spattering and within the limits for straightness set forth herein. Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of 025807 Page 2 of 3 Rev. 10-30-2014 the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall not be removed from the job site or destroyed without peimission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev. 10-30-2014 SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE -CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic," and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings" and City Section 025807 "Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev. 3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. (8) Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the fmal delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev. 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3of3 Rev. 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement Markers (Reflectorized)" (T)dOT Departmental Material Specification 4200). Unless indicated otherwise on the drawings, raised pavement markers and traffic buttons shall be of the type to be applied to the roadway surface with a non -integral adhesive. Types of raised pavement markers shall be as follows: TYPE DESCRIPTION I -A One face shall reflect amber light and the body other than the reflective face shall be yellow. I -C One face shall reflect white light and the body other than the reflective face shall be white, silver or light gray. I -R One face shall reflect red light and the body other than the reflective face shall be white, silver or light gray, or may be one-half red on the side that reflects red light. II -A -A Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II -B -B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) II -C -C Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver or light gray. 025816 Page 1 of 2 Rev. 10-30-2014 II -C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and the body other than the reflective faces shall be white, silver or light gray, or may be one- half red on the side that reflects red light. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 025816 Page 2 of 2 Rev. 10-30-2014 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Bar Tiles, Pavement Markers, and Traffic Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 - 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East 1 lth Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use; and • Test results from the National Transportation Product Evaluation Program (NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12 -month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot -mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full -access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four -lane divided highway with a minimum ADT count of 4,000 vehicles per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot -mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may TEXAS DEPARTMENT OF TRANSPORTATION 2 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12 -month NTPEP test results for the pre -qualification of RPMs must meet the following: • all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed for testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re -installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12 -month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) b. Body Damage. The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex -842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 0° horizontal entrance angle). Table 1 Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CST/M&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12 -month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre -qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre -qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre -qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause for removal from the MPL. TEXAS DEPARTMENT OF TRANSPORTATION 4 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERL4LS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department -initiated laboratory testing, audits, and periodic required submittals or field testing. 1. Department -Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex -729-I) and testing on pre -qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. II. Re -Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorized Types. • Type I -A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I -C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver -white. • Type I -R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver -white. • Type II -A -A must contain two reflective faces oriented 180° to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5-7 EFFECTIVE DATE. JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) • Type II -C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. B. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or white light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 20° 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex -434-A, the minimum strength of five markers must be 2,000 ib. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex -434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000 ib. load. The following equation is used to determine the quality index value: QL=(X— LSL) /s Where: QL = quality index value X = average result from test LSL = lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no subjected to the requirements of Tex -846-B marker in a vertical position. The SI of the pavement marker must not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEPARTMENT OF TRANSPORTATION 6 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2 -in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted while resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the lens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 7 —7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71 °C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 36 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa -s 7.5 7.5 Flash Point, C.O.C., °F ASTMD 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51- 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is allowed provided the result of the flow test is less than 1 mm. TEXAS DEPARTMENT OF TRANSPORTATION 1 —3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in.) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTM D 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filler separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 gm (No. 325) 75 -- Section 6130.4. 75 gm (No. 200) 95 -- 100 -- 150 gm (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 fl. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not TEXAS DEPARTMENT OF TRANSPORTATION 2 —3 LAST REVIEWED: SEPTEMBER 2014 DEPARTMENTAL MATERIALS SPECIFICATION BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 ± 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 µm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75µm (No. 200) and 150 µm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 µm (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 601b.) and must weigh within 1 kg (2 lb.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3 — 3 LAST REVIEWED: SEPTEMBER 2014 SECTION 026201 WATERLINE RISER ASSEMBLE -FS 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Foiui, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = SD(P)YZ or L=ND(PP 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(P)'YZ 4,000 PVC Pipe - Uni-bell equation 99 L=ND (P)1/2 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev. 10-30-2014 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place, per linear foot. 026204 Page 2of2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX - RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push - on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size 4" to 12" Over 12" 7. CAUSE FOR REJECTION Designation AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Foiui, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev. 10-30-2014 Trial Mix Design: Damp Soil 10001b. Lime 501b. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 SECTION 026402 WA 1'ERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev. 3-25-2015 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20 -ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20 -ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev. 3-25-2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16 -inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16 -inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev. 3-25-2015 (7) from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS (9) Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev. 3-25-2015 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5of5 Rev. 3-25-2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-%2" & 2" sizes 026404 Page 1 of 2 Rev. 3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-%2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Depat lment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev. 3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement -stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev. 3-25-2015 SECTION 026411 GATE VALVES FOR WA I'ERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with non -rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation — lay over. 4) Stem seals shall be the 0 -ring type on valves through 12 -inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev. 3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement - stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev. 3-25-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-1/2") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one -half-inch (2-%2") National Standard thread (7-%2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i) Nozzle Cap Gaskets - Required. j) Drain Openings - Required. 026416 Page 1 of 3 Rev. 3-25-15 k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4") inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O" -ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O" -ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O" -ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev. 3-25-15 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O" -Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O" -ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6 -inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev. 3-25-15 SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. 027200 Page 1 of 7 Rev. 10-30-2014 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev. 10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain -for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Deteunined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D- 2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick -Disconnect Steel Galvanized Pipe and Heavy -Duty Flexible Hoses 027200 Page 3 of 7 Rev. 10-30-2014 i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick -disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O -rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30 -degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Depaitment to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24 -hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev. 10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. 027200 Page 5 of 7 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Fouu, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. 027200 Page 6 of 7 Rev. 10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: No.: Engineer: Contractor: Service Area: Lift Station No. (if applicable): Start Date & Time: Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method & Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material & Length: Pump Description: (Self -Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total & Firm Capacity (GPM @ TDH): Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Name: Additional Notes: Phone: Phone: Required Checklist: YES NO ❑ ❑ ❑ ❑ Schematic drawing providing details of proposed bypass pumping system, routing of bypass lines (using manhole numbers and/or lift station names as applicable), equipment location, and proposed sequencing. Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? Pumps: Self -priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? Contractor has confirmed no rain (less than '/2 -in) in the forecast? Prepared by: Contractor Representative Reviewed by: Date Wastewater Representative Date 027200 Page 7 of 7 Rev. 10-30-2014 SECTION 027202 MANHOLES 1. DESCRIPTION This specification shall govern the furnishing of all materials and construction of manholes composed of a concrete base and concrete walls as shown on the drawings, to the lines, grades and dimensions shown on drawings or established by the Engineer. 2. MATERIALS Concrete for cast -in-place storm water manholes and storm water junction boxes shall be Class C (3,600 psi at 28 days). Manholes for wastewater shall be made from fiberglass only, in accordance with City Standard Specification Section 027205 "Fiberglass Manholes". Mortar for plastering shall be one (1) part Portland cement to three (3) parts clean hard and sharp mortar sand, free of all foreign substances or injurious alkalis. Reinforcing steel, where used, shall conform to the requirements of Section 032020 "Reinforcing Steel". All wastewater manhole rings and covers for streets shall be East Jordan Iron Works, Inc. product V1430 CV or V1420/1480 Z1, or pre -approved equal, and shall have the seating surface of ring and cover machined to secure a snug fit per the City Standard Wastewater Details. All storm water manholes shall be East Jordan Iron Works, Inc. product V1168 assembly, and for school zones shall be a bolted assembly per the City Standard Storm Water Details. Steps are not required for wastewater and storm water manholes. Joint material for precast concrete manholes shall be Ram-Nek Flexible Plastic Gaskets as manufactured by K. T. Snyder Company, Houston, Texas, or an approved equal. 3. EXCAVATION The Contractor shall do all necessary excavation for the various manholes, conforming to size and dimensions shown on plans plus a maximum of four (4) feet working room. Excavation shall not be carried to greater depth than required. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Shoring shall be the responsibility of the Contractor and shall be installed as necessary. Shoring shall not be removed or backfilled around until entire manhole is completed, unless authorized by the Engineer. Shoring shall remain in place at least twenty-four (24) hours after concrete work has been completed. 027202 Page 1 of 3 Rev. 3-25-2015 4. CONCRETE MANHOLES (STORM WATER ONLY) (1) Formed -in -Place Manholes: Where formed concrete is used, forms shall be built to dimensions shown on the standard details. Inserts and openings shall be formed so concrete will not be injured during process of stripping forms. Forms shall be braced and tied to prevent spreading or bulging, and shall meet approval of the Engineer prior to placing concrete. Forms shall remain in place for minimum of twenty-four (24) hours, and shall be removed within a maximum time of seven (7) days after completion of concrete work. Reinforcing steel, if required, shall be as shown on the plans. The bottom of manholes shall be carefully formed and inverted smoothly when finished, with pipes cut to fit inside surface of walls. (2) Precast Manholes Precast manholes shall allow unobstructed view of all pipes connected to the manhole. Precast manholes shall be designed to support HS -20 traffic loading and designed by a Texas licensed professional engineer. The upper 18 inches of the corbel shall be brick to facilitate subsequent grade adjustment. Either concentric or eccentric cones may be required. Where not specified, eccentric cones shall be used. Manhole designs shall be submitted for approval by the Engineer. 5. GENERAL CONSTRUCTION METHODS All items shall be installed as the work progresses and as shown on the standard details. Work shall be completed and finished in a careful workmanlike manner, with special care being given to sealing joints around all pipe extending through walls of the manholes. After finishing walls, the bottom of the manhole shall be completed by adding sufficient concrete to shape the bottom in conformity with requirements on the plans. Where old manholes are adjusted to meet new lines and grades, all old masonry or concrete shall be thoroughly cleaned and wetted before joining new masonry or concrete to it. HDPE adjustment rings are to be used to match roadway grade. A maximum of 18" of adjustment rings may be utilized. 6. BACKFILLING/LEAKAGE TESTING Backfilling around the manholes shall commence as soon as concrete or masonry has been allowed to cure the required time and forms and shoring have been removed. Backfill shall be placed in layers of not more than six inches (6") and compacted to a minimum of 95% Standard Proctor density before next layer is installed. Wastewater manholes shall withstand a leakage test not to exceed the values stated in City Standard Specification Section 027205 "Fiberglass Manholes", except that an additional 10 percent of loss will be permitted for each additional two feet head over a basic two -foot internal head. 027202 Page 2 of 3 Rev. 3-25-2015 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, manholes shall be measured by each individual structure built, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the manholes, excavation, compaction, backfilling, dewatering, concrete foundation, connections, adjustment rings, ring and cover, concrete work, leakage testing, video inspection, and adjust the manholes to finish grade. Extra depth for wastewater manholes over six feet in depth shall be measured by the vertical foot and shall be paid for at the price bid per vertical foot for "Extra Depth for Manholes". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space, backfilling, adjustment rings, ring and cover, concrete work, leakage testing, and adjust the manholes to finish grade. 027202 Page 3of3 Rev. 3-25-2015 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753 -"Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition, and the referenced design criteria as follows: 1. ASTM C581 2. ASTM D695 3. ASTM D790 4. ASTM C923 5. ASTM D2412 6. ASTM D2583 7. ASTM D2584 8. ASTM D3034 9. ASTM F794 10. ASTM C32 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass -Fiber -Reinforced Structures Intended for Liquid Service Standard Test Method for Compressive Properties of Rigid Plastics Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor Standard Test Method for Ignition Loss of Cured Reinforced Resins Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev. 3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class 'A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class 'A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast -in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1) psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3 - foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev. 3-25-2015 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONS I'KUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de -watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev. 3-25-2015 insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over -Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4 -inch through 15 -inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining fmal backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4of6 Rev. 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4 -foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5 -foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev. 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6 -inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6 -inch strip on the inside as previously done on the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly, connections, cast iron frame and cover, adjustment to finish grade, concrete work, backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials, tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev. 3-25-2015 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev. 3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre -formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2of7 Rev. 3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 11/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. PA pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 1V2 " x 3'-5" 24" 6.2 gals. 2 pcs 11/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/4 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev. 3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, unifoiiii conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev. 3-25-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev. 3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of peiiiianent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6of7 Rev. 3-25-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7of7 Rev. 3-25-2015 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C 1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans, Class "C" concrete shall be used for cast -in- place boxes, conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures", except that Class "S" concrete will be required for top slabs of direct traffic cast - in -place boxes. Concrete for precast (machine -made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28 -day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size (AOS) of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast -in-place concrete box culverts and for precast (formed) boxes except where otherwise specified herein. 027404 Page 1 of 3 Rev. 10-30-2014 Forms for precast (machine -made) boxes shall be made of steel. Forms for cast -in-place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar -tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine -made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine -made) boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (1"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast -in, cut into the fresh concrete after form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an approved manner. 027404 Page 2 of 3 Rev. 10-30-2014 Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement -stabilized sand containing a minimum of 1%2 sacks of Standard Type I or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures, the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor, materials, tools, equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev. 10-30-2014 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY -VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6" Gravity Sewer Pipe ASTM D3034 DR 26 8" Gravity Sewer Pipe ASTM D3034 DR 26 10" Gravity Sewer Pipe ASTM D3034 DR 26 12" Gravity Sewer Pipe ASTM D3034 DR 26 15" Gravity Sewer Pipe ASTM D3034 DR 26 18" Gravity Sewer Pipe ASTM F679 DR 26 24" Gravity Sewer Pipe ASTM F679 DR 26 30" Gravity Sewer Pipe ASTM F679 DR 26 36" Gravity Sewer Pipe ASTM F679 DR 26 PS115 42" Gravity Sewer Pipe ASTM F679 DR35 PS46 48" Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D3212 and shall be a non -blue color. 2. POLY -VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non -blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20 -ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non -pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 1 of 6 Rev. 7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20 -ft. joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJEC LED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MA 1'ERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 2 of 6 Rev. 7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY -VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY -VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 3 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWA I'ER Depth of Cut Required Bedding Less than 20 feet Over 20 feet Gravel or Crushed Stone Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Less than 20 feet Over 20 feet Sand, Gravel, or Crushed Stone Gravel or Crushed Stone Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY -VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI -B-6 "Recommended Practice for Low - Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T = 0.00237D2L [Equation 1 ] Where: T = Minimum allowable time (seconds) for a pressure drop of one (1) psi gage pressure D = Nominal pipe diameter (inches) L = Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5) psi. The time required for a one (1) psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 4 of 6 Rev. 7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion -resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5% based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 5 of 6 Rev. 7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Forni, de -watering shall not be measured for pay, but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well -pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de -watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. 027602 Page 6 of 6 Rev. 7-1-2015 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de -watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de -watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de -watering facilities. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de - watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form, this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev. 10-30-2014 SECTION 027606 WASTEWATER SERVICE LINES 1. SCOPE: This specification governs all work and materials necessary to construct the wastewater service lines required to complete the project. Wastewater service lines are those lines, constructed in public right-of-way, from the service tee on the main up to and including the cleanout at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co -mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4 -inch diameter for residential and 6 -inch diameter for commercial. Minimum slope for 4 -inch pipes shall be 1/8 inch per foot (S=1%), and minimum slope for 6 -inch pipes shall be 1/16 inch per foot (S= 0.5%). Wastewater service lines shall cross under water mains. The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner that will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to not less than the density specified in City Standard Specification Section 022020 "Excavation and Backfill for Utilities," and the surface restored to a condition acceptable to the Engineer. Wastewater service lines shall be bored, jetted or jacked under sidewalks, driveways, and other such improved surfaces, unless otherwise authorized by the Engineer. Service lines shall be leakage tested with the wastewater main. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows 027606 Page 1 of 2 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT: Unless otherwise specified on the Bid Form, wastewater service lines shall be measured as individual units for each connection made to the main. Payment shall include, but not be limited to, the line from the tee on the main to, and including, the cleanout at the property line. Payment shall be full compensation for all labor, materials, equipment, trench safety, bypass pumping and incidentals necessary for wastewater service lines required to complete the project. 027606 Page 2 of 2 Rev. 10-30-2014 SECTION 027611 CLEANING AND TELEVISED INSPECTION OF CONDUITS 1. SCOPE This specification shall govern for all work, equipment, supervision and materials required to provide for cleaning and remote CCTV inspection and documentation of wastewater or other lines and manholes as required. 2. TECHNICAL REQUIREMENTS 2.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The Contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry". 2.2 Inspection Equipment and Methods Electronic media shall be used to record the condition of all the segments of the mains and the manholes, tap locations and unusual situations during inspection. The inspection imaging shall be made on color professional grade DVD format for each line segment. All observations will require both audio and on-screen display. The camera shall transit through the wastewater line in either direction at a speed not greater than 30 feet per minute, stopping as necessary to permit proper documentation of the wastewater line's condition. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. A television camera with pan and tilt capability will be required. The camera, television monitor, and other components of the video systems shall be capable of producing picture quality to the satisfaction of the City. The capture system shall have the capability of recording, digitizing and storing single frames of video images and "real time" live video, as well as collecting, storing and printing wastewater line inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg, bmp, and tif), be transferable to DVD and be printed at no cost to the City. Use of proprietary software is discouraged; however, if the Contractor provides the software and 027611 Page 1 of 8 Rev. 3-25-2015 three licenses to the City, proprietary software COMPATIBLE with the City's GIS and existing database systems in use may be approved. However, in every case all observations will be recorded using the City approved PACP codes. 2.3 Flow Control / By -Passing This procedure will be used on all previously accepted (City owned) line segments. Except for new wastewater line acceptance inspections, the line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture available. Dewatering shall remove standing water and fog from the line segment to provide 360 degree view of the pipe being televised. Too high water level or the camera being submerged will be grounds for rejection of the inspection. All wastewater flows from intersecting lines shall typically be controlled through the use of in-line plugs for vacuum trucks and are considered subsidiary to the inspection for all line sizes. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report to the City Call Center (361) 826-2489 all sanitary sewer overflows. Flow Control devices shall be installed in accordance with all applicable OSHA requirements, including, but not necessarily limited to confined space protocol. 2.4 Evaluation of Existing Lines for Potential Repairs/Rehabilitation — Pre CCTV: Cleaning and televising using a CCTV camera may be needed to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction prevents the camera from proceeding, the obstruction will be recorded on the initial setup and a reverse setup will be attempted to view the pipe and obstruction from the other side. If the camera fails to pass through the entire section, the inspection shall be considered complete and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note full line length and the length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same tape / disk. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line, or to assist the repair crews with usable information for point repair. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the report form. The video must have narrative documentation of notable observations. The Inspection Report shall consist of condition observations recorded using City -approved computer software generated formats, generally conforming to NASSCO and PACP codes. Specifically, items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations 027611 Page 2 of 8 Rev. 3-25-2015 and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps; debris, roots or other impediments to flow and any other condition that may prevent either the proper completion of the inspection, or affect any proposed rehabilitation process. Evaluation of existing lines includes associated manhole inspection. 2.5 Evaluation After Repairs / Rehabilitation Post CCTV: Following repairs or rehabilitation to existing lines (by Contractor), a CCTV camera shall travel through required line segment to televise. The intent of this process is to inspect the interior of the line to determine the location of repairs, and extent of any unacceptable work. Prior to transiting the line the video display initially is to include upstream and downstream manhole numbers, pipe size / material, adjacent street names and the date. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. Specifically, items such as detailed inspection of the repaired area using pan -and - tilt equipment will be shown in the Inspection Report, including digital photographs of acceptable or inadequate and/or questionable work. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection Report. The Inspection Report shall consist of condition observations recorded using City -approved computer -software generated formats conforming to NASSCO and PACP codes. 2.6 New Pipeline Inspection: Upon completion of the installation of new lines, including any appurtenances such as manholes, service connections, etc., a CCTV camera shall traverse through each completed line segment. The intent of this process is to inspect the interior of the completed line to determine the location of service taps and extent of omissions and/or any unacceptable work on the pipeline or manholes, such as sags, infiltration, gapped joints, protruding gaskets, etc. Prior to transiting the line, the initial video shall initially include the upstream and downstream manhole designations, pipe size, project name and other pertinent information. When inspecting / documenting new wastewater line conditions, the Contractor must conduct a specific inspection for the presence of sags in the newly installed line. The approved method involves the use of an inclinometer on the camera. The belly tolerance is 5% or less for acceptable pipe installation. Any deviation from the 5% belly tolerance limit must be approved by the applicable Utility Operating Department. The graphic report will note the start and stop of sags and approximate maximum depth. During the transit the display must show the continuous distance from the insertion manhole with an accuracy of +1% of the actual length to help mark observations on the Inspection Report form. The video must include narrative documentation of notable observations, and be cross referenced to the Inspection 027611 Page 3 of 8 Rev. 3-25-2015 Report. The Inspection Report shall consist of condition observations recorded using approved computer -software generated formats. Specifically, items such as deviations in alignment and grade causing bellies / sags; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly / improperly installed service taps or any other condition that may assist the Utilities Department in determining the quality of the pipeline installation. 2.7 Manhole Inspection: A CCTV camera shall traverse the manhole from top to bottom to record the condition of the manhole and invert for structural condition and sources of infiltration on the manhole and invert. The initial video display must show the entry manhole number, location / street address, date and depth. a. The requirement is to commence capturing video at ground level. The video must be steady while panning and lowering to clearly record condition of the ring, corbel, the walls, and pipeline penetrations. The camera is to rotate during descent to inspect typical conditions and all penetrations. At the bottom of the manhole the complete invert will be inspected / viewed for infiltration and general condition. A washed out picture due to sunlight or shaking will be rejected for payment b. This manhole information may be retained on the same DVD if the line segment is also being investigated, or, if inspection is issued as a separate work order, a separate DVD and report will be required. As with pipeline inspection, digital photographs of key points of note must accompany the report and DVD. These would include seals on pipeline penetration, infiltration locations and other anomalies. c. The format of the Manhole Inspection Report will be as proposed by the Contractor and, following discussion, mutually approved by the Utilities Department and the Contractor. A sample form is included at the end of this specification. It will contain as a minimum: location & I.D.number manhole material condition of ring / cover condition of walls condition of pipe mouths condition of invert above invert penetrations 2.8 CCTV Set-up: manhole diameter depth of manhole evidence of infiltration presence of inflow inhibitor presence of coatings location: street / easement a. A CCTV set-up includes all of the work, equipment, supervision, personnel, and materials needed to traverse a line segment. 027611 Page 4 of 8 Rev. 3-25-2015 2.9 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the other side due to an obstruction encountered during the initial set-up. 3. CLEANING REQUIREMENTS 3.1 Clean ALL debris such as dirt, gravel, rocks, grease, roots and other organic/inorganic debris from existing lines and manholes to allow for inspection to proceed. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Debris shall be properly disposed of in accordance with local, state and federal regulations. The Contractor shall have the option of dewatering debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415. The Contractor shall coordinate with the City Utilities Department at all times (see also City Standard Specification Section 027604 Disposal of Waste from Wastewater Cleaning Operations. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de -watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Contractor shall coordinate with the Wastewater Pre -Treatment Coordinator to acquire the appropriate manifest documentation and shall also provide a copy of the landfill disposal weight ticket/receipt to the Engineer. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation 027611 Page5of8 Rev. 3-25-2015 of the proper disposal of this waste. The Contractor shall not be paid until this documentation is provided. 4. DELIVERABLES 4.1 The Contractor is required to provide the Engineer both narrated CCTV DVD and computer software -generated Inspection Report products, as a result of each inspection. Acceptable submissions become the property of the City. a. Quality Control: camera distortion, inadequate lighting, dirty or submerged lens and blurry or hazy pictures determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the quality of the deliverables does not meet with City approval, the Contractor shall repeat the documenting process at no cost to the City. b. DVD: for each inspection, one properly labeled color, professional grade, DVD, recorded in standard play (SP) mode, will be required. The DVD will display continuous distance from the insertion manhole, and include narrative observations at notable points, with correlating information shown in the Inspection Report. Labeling of the DVD(s) will include, either typed or neatly printed the following information on the dust cover: Project Name Contractor Date Pipe Size Street Name Upstream MH # Survey / Post / New Material Tape Number Downstream MH # Work Order # Project # c. Inspection Reports: inspection reports are to be from City -approved and software -generated formats on 81/2" x 11" paper, in color to improve definition of problem areas, and delivered with the DVD. Each report shall include the same information as noted for the DVD labels, plus the following additional information: pipe diameter, pipe material, manhole diameters & depths, whether this is a "reverse" set-up, direction of flow arrow, and total length of the pipeline. Notable observations are to be shown in the report as digital color photos, with up to four images per page. One report is required for each line segment. Note that the final approval for the use of the Contractor's proposed software will be needed before the first inspection. The Contractor shall submit to the City a sample of the proposed report for review and approval by the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Proposal, Pre -CCTV (Cleaning and Televised Inspection of existing lines to potentially be rehabilitated) and Post CCTV (Televised Inspection for acceptance of new lines or rehabbed lines) of Wastewater Lines shall not be measured for pay, but will be considered subsidiary to the appropriate bid item. 027611 Page 6of8 Rev. 3-25-2015 Cleaning and Televised Inspection of Wastewater Lines includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Reverse CCTV Set -Up shall not be allowed for acceptance televising as obstructions should not be encountered in new pipe that would require the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. 027611 Page 7 of 8 Rev. 3-25-2015 SAMPLE TELEVISED INSPECTION REPORT FORM CITY OF CORPUS CHRISTI TELEVISED INSPECTION REPORT DATA REQUIREMENTS [On screen at start of each set-up and on Inspection Report] City's Project Name City's Project Number Contractor/Operator Date /Time Televised DVD Number Upstream MH Location Downstream MH Location Upstream MH Number Downstream ME Number Upstream M I Depth Downstream, MH Depth Pipe Size Pipe Material Pre -Rehab TV Y N Evaluation TV Y N Post -Rehab TV Y N Reverse Setup Y N DISTANCE FROM ENTRY POINT OBSERVATIONS/COMMENTS DVD LABELING REQUIREMENTS [On each DVD] City Project Name Upstream Manhole No. City Project No, Downstream Manhole No. Street Name Pre Post Other DVD No. Date/Time Made Contractor 027611 Page 8 of 8 Rev. 3-25-2015 SECTION 027618 WASTEWA 1'ER LINE REHABILITATION / PIPEBURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipebursting, wherein a horizontal boring technique utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. MATERIALS 2.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of 335434B D or E (with inner wall of light color). In addition, the liner shall be manufactured of polyethylene resins classified as Type III, Class C, Category 5, Grade P34, as tabulated in specifications in the older ASTM Designation, D-1248. This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408. 2.2 Dimensions: The pipe shall be (SDR 17, IPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the Bid Fouu, unless TCEQ requirements for water and wastewater line separation require pressure rated pipe of at least 150 psi, in which case DR 11, IPS pipe shall be utilized. At this pressure rating, a larger pipe may be required to maintain equivalent flow characteristics and hydraulic radius to the existing wastewater line. 2.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. 3. CONSTRUCTION METHODS 3.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt -fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt -fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt -fusion joints shall be furnished by the contractor for laboratory 027618 Page 1 of 4 Rev. 3-25-2015 testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 3.2 Insertion Pits: The location and number of insertion pits shall be determined by the Contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done as necessary. This work shall be done in accordance with Section 022020 of the City Standard Specifications, "Excavation and Backfill for Utilities." 3.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer. Under no circumstances shall the pipe be stressed beyond 50% of its tensile strength at yield, that being 22,600 lb. for an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement, insertion shall be continuous without interruption, if possible. Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4" thick neoprene gasket and a stainless steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 24 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 3.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre -fabricated saddle. The pre -fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Continuous service shall be maintained. 027618 Page 2 of 4 Rev. 3-25-2015 3.5 Annulus Sealing: The relaxed pipe shall be cut 4" inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal, or quick -setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8 -inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water -tight. 3.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation. All backfilling shall be accomplished in such a manner as to achieve a 95% Standard Proctor density. 3.7 By -Pass Wastewater Flows: It shall be the responsibility of the Contractor to maintain continuous flow of wastewater, during execution of work. This includes flow of all mains, laterals, and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed. By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the Owner and the Engineer. All bypass pumping must be per City Standard Specification Section 027200 "Control of Wastewater Flows." 4. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 5. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 6. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel, in accordance with City Standard Specification 027611. Television inspection shall be per the following: Post Construction video DVD of each wastewater line shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. 027618 Page 3 of 4 Rev. 3-25-2015 If any portion of the inspection DVD be deemed inadequate by the City, the Contractor shall re -video that portion to the satisfaction of the City at no additional expense to the City. DVDs of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 7. TESTING: After the proposed line has been completed, internally inspected with video camera and record as required. DVD shall be furnished to the City prior to acceptance of work. Manholes and services are to be tested as described elsewhere. 8. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Bid Form, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Payment shall include, but not be limited to, all materials, labor, equipment and incidentals required for (other than pavement repair) trenching, installing the new line, surface restoration, clean-up, televised inspection, and other work as may be required. 027618 Page 4 of 4 Rev 3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Water: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 -inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Foun, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev. 3-25-2015 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MA I'ERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and 11 cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall confoun to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-Y2 In. 2 In. 1-V2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-'Y2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fme aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fme aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 Oto 5 Oto 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes 'A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water - reducing admixtures may be used in all concrete and shall confoun to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given 030020 Page 4 of 13 Rev. 10-30-2014 consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGA I The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no 030020 Page 6 of 13 Rev. 1030-2014 substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSIS 1ENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water - reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all fmishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the fmal concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory fmishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the cement 030020 Page 8 of 13 Rev. 10-30-2014 specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIS ENG CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not be 030020 Page 10 of 13 Rev. 10-30-2014 placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and unifoim mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one-fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and fmishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING S PEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 10d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dimon_ * 3/4" *31.4" 7/8" Bor or Smaller—Pan. Damen_ *1/2" 1" Bar or Larger --Plan_ Damen_ * I� 1-4= aver 6` --Omen. i- Zero or -t/2 1-1 =6" and less -Diemen. • Zero or -I/4" F 7/8" Bar or Smaller—Plan Dimsn_ ; 1/2. 1" Bar or L ar-ger -- Pean Dimon. =1" Spiral or Circular Tie Tis ar Stirrup --.0" Peon Dimen_s1 5. STORING �P1an Dannon = 1/2 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 Lap TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton 032020 Page 5 of 6 Rev. 10-30-2014 mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Prefoi_med Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class IT Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Foul's for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6of19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 'Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the foul's or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to foim removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be peiinitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch (1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts 8 curing days (Type I or HI) cement 10 curing days (Type II cement) Concrete Piling (non -prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the fouus or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type H cement is used, and not less than one-half day (12 hours) when Type 111 cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 055420 FRAMES, GRA'Z'ES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fms, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev. 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev. 3-25-2015 SECTION 02600 FUSIBLE POLYVINYLCHLORIDE PIPE FOR INSTALLATION BY PIPE BURSTING METHODS PART 1 —GENERAL 1.01 DESCRIPTION A SCOPE 1. This section specifies fusible polyvinylchloride pipe, including standards for dimensionality, testing, quality, acceptable fusion practice, safe handling, storage and installation of the pipe by pipe bursting. B REQUIREMENTS: 1. Contractor shall provide fusible polyvinylchloride pipe conforming to all standards and procedures, and meeting all testing and material properties as described in this specification for installation by pipe bursting. 2. Contractor shall be responsible for all installation processes and procedures associated with the installation by pipe bursting in accordance with this specification. 3. Contractor shall be responsible for providing temporary lines and connections to maintain water service to all existing meters and Fire Hydrants throughout the duration of the process. An implementation plan shall be submitted for approval prior to commencing the process. C PIPE DESCRIPTION 1. Pipe Supplier shall furnish fusible polyvinylchloride pipe conforming to all standards and procedures, and meeting all testing and material properties as described in this specification. 2. Pipe shall conform to the following dimensionality and general characteristics table: Pipe Description Nominal DR Color Pressure Required Inner Diameter Class Diameter (in.) (in.) (psi) C-900 PVC 12 18 Blue 1.02 QUALITY ASSURANCE A REFERENCES: 1. This section contains references to the following documents. They are a part 02600-1 RSM — 52 Rev 3.5 - 02/12/13 of this section as specified and modified. Where a referenced document contains references to other standards, those other standards are included as references under this section as if referenced directly. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design, bid, or construction, whichever is earliest. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. 3. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ANSI/AWWA C110/A21.10 ANSI/AWWA C111/A21.11 ANSI/AWWA C153/A21.53 AWWA C605 AWWA C651 AWWA C900 AWWA C905 AWWA M23 ASTM C923 ASTM D1784 ASTM D1785 American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids American National Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings AWWA Standard for Ductile -Iron Compact Fittings for Water Service Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water Standard for Disinfecting Water Mains Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm), for Water Distribution Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm Through 1200mm), for Water Distribution and Transmission AWWA Manual of Supply Practices PVC Pipe—Design and Installation, Second Edition Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 02600-2 RSM – 52 Rev 3.5 - 02/12/13 Reference Title ASTM D2152 ASTM D2241 ASTM D2665 ASTM D3034 ASTM F477 ASTM F679 ASTM F1057 ASTM F1417 UNI -B-6 UNI -PUB -08 NSF -14 NSF -61 PPI TR -2 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR -PR) Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings Elastomeric Seals (Gaskets) for Joining Plastic Pipe Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe Tapping Guide for PVC Pressure Pipe Plastics Piping System Components and Related Materials Drinking Water System Components --Health Effects PVC Range Composition Listing of Qualified Ingredients B MANUFACTURER REQUIREMENTS 1. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784. C FUSION TECHNICIAN REQUIREMENTS 1. Fusion Technician shall be fully qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project. D SPECIFIED PIPE SUPPLIERS 1. Fusible polyvinylchloride pipe shall be used as manufactured under the trade names Fusible C-900®, Fusible C-9050, and FPVCO, for Underground Solutions, Inc., Poway, CA, (858) 679-9551. Fusion process shall be as patented by Underground Solutions, Inc., Poway, CA, Patent No. 6,982,051. Owner and engineer are aware of no other supplier of fusible polyvinylchloride pipe that is an equal to this specified pipe supplier and products. E WARRANTY 02600-3 RSM — 52 Rev 3.5 - 02/12/13 1. The pipe shall be warranted for one year per the pipe supplier's standard terms. 2. In addition to the standard pipe warranty, the fusion services shall be warranted for one year per the fusion service provider's standard terms. F PRE -CONSTRUCTION SUBMITTALS 1. The following PRODUCT DATA is required from the pipe supplier and/or fusion provider: 1) Pipe Size 2) Dimensionality 3) Pressure Class per applicable standard 4) Color 5) Recommended Minimum Bending Radius 6) Recommended Maximum Safe Pull Force 7) Fusion technician qualification indicating conformance with this specification 2. The following WORK PLAN AND INFORMATION is required from the contractor and/or pipe bursting Contractor, if requested. This WORK PLAN AND INFORMATION shall also be supplied to the pipe supplier, should it be requested: 1) Pipe bursting equipment information and certification indicating the applicability of equipment, operator, and methods commensurate with the size and scope of the project, including any proposed lubricants to be used in the operation. 2) Contingency plan, including the following: a) Unforeseen obstructions that stop or delay the operation b) Unforeseen deflections that would over bend the fusible polyvinylchloride pipe c) Excessive surface heaving or subsidence d) Damage to existing utility installations e) Required spot repairs of the existing line 3) Shop drawings shall include for each pipe bursting operation all excavation locations, interfering utilities, excavation dimensions, flow bypass and traffic control schematics. 4) Work schedule identifying construction sequencing, daily work hours and working dates for each installation. G POST -CONSTRUCTION SUBMITTALS 1. The following AS -RECORDED DATA is required from the contractor 02600-4 RSM — 52 Rev 3.5 - 02/12/13 and/or fusion provider to the owner or pipe supplier upon request: 1) Approved datalogger device reports 2) Fusion joint documentation containing the following information: a) Pipe Size and Thickness b) Machine Size c) Fusion Technician Identification d) Job Identification e) Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g) Heat Plate Temperature h) Time Stamp i) Heating and Cool Down Time of Fusion j) Ambient Temperature PART 2 — PRODUCTS 2.01 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER A Fusible polyvinylchloride pipe shall conform to AWWA C900, AWWA C905, ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be blue in color for potable water use. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. NSF -61 mark verifying suitability for potable water service 02600-5 RSM — 52 Rev 3.5 - 02/12/13 7. Extrusion production -record code 8. Trademark or trade name 9. Cell Classification 12454 and/or PVC material code 1120 may also be included F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.02 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR NON -POTABLE WATER NOT CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C900, ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be purple in color for reclaim, reuse, or other non -potable water distribution or conveyance. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. Extrusion production -record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included 9. For reclaim water service, the wording: "Reclaimed Water, NOT for Potable Use" F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.03 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR NON -POTABLE WATER 02600-6 RSM — 52 Rev 3.5 - 02/12/13 CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C905 standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be purple in color for reclaim, reuse, or other non -potable water distribution or conveyance. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class 5. AWWA standard designation number 6. Extrusion production -record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included 9. For reclaim water service, the wording: "Reclaimed Water, NOT for Potable Use" F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.04 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR WASTEWATER NOT CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C900, ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. Testing shall be in accordance with the referenced AWWA standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be green in color for wastewater use. 02600-7 RSM — 52 Rev 3.5 - 02/12/13 E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. Extrusion production -record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.05 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR WASTEWATER CONFORMING TO AWWA C905 DIMENSIONALITY A Fusible polyvinylchloride pipe shall conform to AWWA C905 standard. B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. D Fusible polyvinylchloride pipe shall be green in color for wastewater use. E Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class 5. AWWA standard designation number 6. Extrusion production -record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign 02600-8 RSM - 52 Rev 3.5 - 02/12/13 material, blisters, or other visible deleterious faults. 2.06 FUSIBLE POLYVINYLCHLORIDE NON -PRESSURE PIPE FOR WASTEWATER OR SURFACE WATER A Fusible polyvinylchloride pipe shall confoiiu to ASTM D3034 or ASTM F679. B Fusible polyvinylchloride pipe may instead conform to AWWA C900 or AWWA C905, ASTM D2241 or ASTM D1785 for standard dimensionality, as applicable. C Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer There shall be no bell or gasket of any kind incorporated into the pipe. D Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. E Fusible polyvinylchloride pipe shall be green in color for wastewater use. Fusible polyvinylchloride pipe shall be white in color for surface or storm water use. F Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. Pressure class or standard pressure rating 5. Standard designation number or pipe type 6. Extrusion production -record code 7. Trademark or trade name 8. Cell Classification 12454 and/or PVC material code 1120 may also be included G Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 2.07 FUSION JOINTS A Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt -fused joints. The Contractor shall follow the pipe supplier's written guidelines for this procedure. All fusion joints shall be completed as described in this specification. 2.08 CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS A Connections shall be defined in conjunction with the coupling of project piping, as well as the tie-ins to other piping systems. B DUCTILE IRON MECHANICAL AND FLANGED FITTINGS Acceptable fittings for use with fusible polyvinylchloride pipe shall include 02600-9 RSM — 52 Rev 3.5 - 02/12/13 standard ductile iron fittings conforming to AWWA/ANSI C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWAIANSI C111/A21.11. 1. Connections to fusible polyvinylchloride pipe may be made using a restrained or non -restrained retainer gland product for PVC pipe, as well as for MJ or flanged fittings. 2. Bends, tees and other ductile iron fittings shall be restrained with the use of thrust blocking or other means as indicated in the construction documents. 3. Ductile iron fittings and glands must be installed per the manufacturer's guidelines. C PVC GASKETED, PUSH -ON FITTINGS Acceptable fittings for use with fusible polyvinylchloride pipe shall include standard PVC pressure fittings conforming to AWWA C900 or AWWA C905. 1. Acceptable fittings for use joining fusible polyvinylchloride pipe other sections of fusible polyvinylchloride pipe or other sections of PVC pipe shall include gasketed PVC, push -on type couplings and fittings, including bends, tees, and couplings as shown in the drawings. 2. Bends, tees and other PVC fittings shall be restrained with the use of thrust blocking or other restraint products as indicated in the construction documents. 3. PVC gasketed, push -on fittings and mechanical restraints, if used, must be installed per the manufacturer's guidelines. D FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS 1. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances and pressure class of the pipe being joined using the sweep or bend. 2. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installation, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the pipe installation. There shall be no gasketed connections utilized with a fusible polyvinyl chloride sweep. 3. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater than 22.5 degrees, and shall be used in nominal diameters ranging from 4 inch through 16 inch. E SLEEVE -TYPE COUPLINGS 1. Sleeve -type mechanical couplings shall be manufactured for use with PVC pressure pipe, and may be restrained or unrestrained as indicated in the construction documents. 2. Sleeve -type couplings shall be rated at the same or greater pressure carrying capacity as the pipe itself. F EXPANSION AND FLEXIBLE COUPLINGS 02600-10 RSM — 52 Rev 3.5 - 02/12/13 1. Expansion -type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the construction documents. 2. Expansion -type mechanical couplings shall be rated at the same or greater pressure carrying capacity as the pipe itself. G CONNECTION HARDWARE Bolts and nuts for buried service shall be made of non -corrosive, high-strength, low -alloy steel having the characteristics specified in ANSI/AWWA C111/A21.11, regardless of any other protective coating. 2.09 CONNECTIONS FOR GRAVITY SANITARY SEWER AND NON -PRESSURE APPLICATIONS A The following connections are to be used in conjunction with tie-ins to other non- pressure, gravity sewer piping and/or structures, and shall be as indicated in the construction documents. B PVC GASKETED, PUSH -ON COUPLINGS 1. Acceptable couplings for joining fusible polyvinylchloride pipe to other sections of fusible polyvinylchloride pipe or other sections of PVC pipe shall include gasketed PVC, push -on type couplings as indicated in the construction documents. 2. PVC gasketed, push -on fittings and/or restraint hardware must be installed per the manufacturer's guidelines. C FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS 1. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing convention, diameter, dimensional tolerances and pressure class of the pipe being joined using the sweep or bend. 2. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the same fusible polyvinyl chloride pipe being used for the installation, and shall have at least 2 feet of straight section on either end of the sweep or bend to allow for fusion of the sweep to the pipe installation. There shall be no gasketed connections utilized with a fusible polyvinyl chloride sweep. 3. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater than 22.5 degrees, and shall be used in nominal diameters ranging from 4 inch through 16 inch. D SLEEVE -TYPE COUPLINGS 1. Sleeve -type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the construction documents. E EXPANSION AND FLEXIBLE COUPLINGS 1. Expansion -type mechanical couplings shall be manufactured for use with PVC pipe, and may be restrained or unrestrained as indicated in the 02600-11 RSM — 52 Rev 3.5 - 02/12/13 construction documents. F CONNECTION HARDWARE 1. Bolts and nuts for buried service shall be made of non -corrosive, high- strength, low -alloy steel having the characteristics specified in ANSI/AWWA C111/A21.11, regardless of any other protective coating. G CONNECTION TO SANITARY SEWER MANHOLES AND STRUCTURES 1. Fusible polyvinylchloride pipe shall be connected to manholes and other structures to provide a leak -free, properly graded flow into or out of the manhole or structure. 2. Connections to existing manholes and structures shall be as indicated in the construction documents. 1) For a cored or drilled opening provide a flexible, watertight connection that meets and/or exceeds ASTM C923. 2) For a knock out opening, provide a watertight connection (waterstop or other method) meeting the material requirements of ASTM C923 that is securely attached to the pipe with stainless steel bands or other means. 3) Grout opening in manhole wall with non -shrink grout. Pour concrete collar around pipe and outside manhole opening. Provide flexible pipe joint or flexible connector within 2 feet of the collar. 3. Connections to a new manhole or structure shall be as indicated in the construction documents. 1) A flexible, watertight gasket per ASTM C 923 shall be cast integrally with riser section(s) for all precast manhole and structures. 2) Drop connections shall be required where shown on drawings. 3) Grout internal joint space with non -shrink grout. 2.10 PIPE BURSTING SYSTEM EQUIPMENT A GENERAL 1. The pipe bursting system shall be designed and manufactured to force its way through the existing line by fragmenting the pipe and compressing the broken pieces into the surrounding soil as its progresses. The bursting unit shall generate sufficient force to burst and compact the existing pipeline and allow for the insertion of the fusible polyvinylchloride pipe. B ALLOWABLE TYPES OF PIPE BURSTING SYSTEMS 1. STATIC PIPE BURSTING SYSTEMS 1) Static pipe bursting systems shall be characterized by a tapered or blunt nosed pull head being pulled through the host pipe and breaking the host pipe by applying radial pressure to the host pipe. The host pipe fails by `hoop' tensile stress applied by the head, and is fragmented and pushed 02600-12 RSM - 52 Rev 3.5 - 02/12/13 into the surrounding bedding and soil as the pull head progresses. 2) The pull head shall be followed by an expansion head which shall further push the fragmented pipe into the surrounding soil and bedding to a diameter that allows the insertion of the fusible polyvinylchloride pipe behind it. Under no circumstances shall the pipe pull head, which is attached directly to the fusible polyvinylchloride pipe, be used to expand or otherwise increase the diameter of the host pipe, or fragmented host pipe. 3) The pull head may be advanced by a hydraulic or winching mechanism, and may be connected by means of a cable, chain, or rod. 2. HYDRAULIC PIPE BURSTING SYSTEMS 1) Hydraulic pipe bursting systems shall be characterized by a pull head that is equipped with hydraulically actuated `petals' that break the host pipe by applying radial pressure to the host pipe. The host pipe fails by `hoop' tensile stress applied by the head, and is fragmented and pushed into the surrounding bedding and soil as the pull head progresses. 2) The pull head shall be followed by an expansion head which shall further push the fragmented pipe into the surrounding soil and bedding to a diameter that allows the insertion of the fusible polyvinylchloride pipe behind it. Under no circumstances shall the pipe pull head, which is attached directly to the fusible polyvinylchloride pipe, be used to expand or otherwise increase the diameter of the host pipe, or fragmented host pipe. 3) The pull head may be advanced by a hydraulic or winching mechanism, and may be connected by means of a cable, chain, or rod. 3. UNDER NO CIRCUMSTANCES WILL PNUEMATIC OR PERCUSSIVE BURSTING SYSTEMS BE ALLOWED. C BURSTING LUBRICANTS 1. Bursting lubricants shall be used at the request of the pipe bursting contractor and at the discretion of the Owner and Engineer. 2. Lubricants shall be compatible for long term use with PVC plastic. 2.11 PIPE PULL HEADS A Pipe pull heads shall be utilized that employ a positive through -bolt design assuring a smooth wall against the pipe cross-section at all times. B Pipe pull heads shall be specifically designed for use with fusible polyvinylchloride pipe, and shall be as recommended by the pipe supplier. 2.12 PIPE ROLLERS A Pipe rollers, if required, shall be of sufficient size to fully support the weight of 02600-13 RSM - 52 Rev 3.5 - 02/12/13 the pipe during handling and pullback operations. B A sufficient quantity of rollers and spacing, per the pipe supplier's guidelines shall be used to assure adequate support and resist excessive sagging of the product pipe. PART 3 —EXECUTION 3.01 DELIVERY AND OFF-LOADING A All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the owner or engineer. B Each pipe shipment should be inspected prior to unloading to see if the load has shifted or otherwise been damaged. Notify owner or engineer immediately if more than immaterial damage is found. Each pipe shipment should be checked for quantity and proper pipe size, color, and type. C Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier's guidelines shall be followed. D Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. E During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage, particularly during cold weather. F If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to insure that pipe is not dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks. 3.02 HANDLING AND STORAGE A Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the owner or engineer. B Any scratch or gouge greater than 10% of the wall thickness will be considered significant and can be rejected unless determined acceptable by the owner or engineer. C Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. D Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut, gouge, 02600-14 RSM — 52 Rev 3.5 - 02/12/13 scratch or otherwise abrade the piping in any way. E If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. F Pipe shall be stored and stacked per the pipe supplier's guidelines. 3.03 FUSION PROCESS A GENERAL 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier's guidelines. 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a) HEAT PLATE - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or contamination. Heater controls shall function properly; cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier's guidelines. b) CARRIAGE — Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. c) GENERAL MACHINE - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d) DATA LOGGING DEVICE — An approved datalogging device with the current version of the pipe supplier's recommended and compatible software shall be used. Datalogging device operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the following: 02600-15 RSM — 52 Rev 3.5 - 02/12/13 a) Pipe rollers shall be used for support of pipe to either side of the machine b) A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement, extreme temperatures, and /or windy weather, per the pipe supplier's recommendations. c) An infrared (IR) pyrometer for checking pipe and heat plate temperatures. d) Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. e) Facing blades specifically designed for cutting fusible polyvinylchloride pipe shall be used. B JOINT RECORDING Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt -fusion of fusible polyvinyl chloride pipe. The software shall register and/or record the parameters required by the pipe supplier and these specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician's joint report. 3.04 CLEANING AND TV INSPECTION OF EXISTING PIPELINE A The host pipe shall be cleaned and inspected by TV prior to the bursting operation in accordance with, and if required by the contract documents. 1. Cleaning and TV inspection of the host pipe shall indicate condition of host pipe and suitability of host pipe for fusible polyvinylchloride pipe insertion by pipe bursting methods. 2. Obstructions considered detrimental to the pipe bursting operation which may include corporation taps, valves and valve bodies, and collapsed piping shall be remedied prior to bursting and fusible polyvinylchloride pipe insertion. 3. Spot repairs shall be made in accordance with the drawings and these specifications. 3.05 BURSTING OPERATIONS AND PIPE INSTALLATION A LOCATION AND PROTECTION OF UNDERGROUND UTILITIES 1. Correct location of all underground utilities that may impact the installation is the responsibility of the Contractor. 2. Utility location and notification services shall be contacted by the Contractor prior to the start of construction. 3. All existing lines and underground utilities shall be positively identified, including exposing those facilities that are located within an envelope of possible impact of the bursting operation as determined for the project 02600-16 RSM — 52 Rev 3.5 - 02/12/13 specific site conditions. It is the Contractor and pipe burst system operator's responsibility to determine this envelope of safe burial depth and offset from existing utilities. This will include, but is not limited to soil conditions and layering, utility proximity and material, pipe bursting system and equipment, and foreign subsurface material. B EXCAVATION AND ACCESS PITS 1. Access pit length shall be such that the minimum bending radius for the fusible polyvinylchloride pipe, per the pipe supplier is maintained Sheeting, shoring and bracing requirements shall be in accordance with these specifications and applicable jurisdictional standards. 2. Access pit excavations shall be performed at all points where the fusible polyvinylchloride pipe will be inserted into the existing pipeline. When possible, access pit excavations shall coincide with host pipe lateral connection points or other appurtenance installations. 3. The fusible polyvinylchloride pipe may be continuously or partially supported on rollers or other Owner and Engineer approved friction decreasing implement during joining and insertion, as long as the pipe is not over -stressed or critically abraded prior to or during installation. C PIPE BURSTING OPERATION 1. Any known pre-existing concrete encasements shall be excavated and broken out prior to the bursting operation to allow the steady and free passage of the pipe bursting head. 2. The new fusible polyvinylchloride pipe shall be inserted immediately behind the bursting head in accordance with the pipe supplier's recommended procedures. The bursting equipment shall be specifically designed and manufactured for the type of insertion process being used. 3. Immediately following the completion of a pipe bursting installation, if possible, the pipe should be pushed back into the location of the insertion, at the pulling head, until a small amount of movement is realized at the insertion pit on the other side of the installation from the pulling equipment. D FUSIBLE POLYVINYLCHLORIDE PIPE CARE 1. The fusible polyvinylchloride pipe shall be handled with care to minimize the possibility of it being cut, kinked, gouged, or otherwise damaged. The use of cables or hooks in direct contact with the pipe will not be permitted. 2. Sections of the fusible polyvinylchloride pipe damaged, cut, or gouged shall be repaired by cutting out the section of damaged pipe and then rejoining per the construction documents and the pipe supplier's guidelines. 3.06 INSTALLATION ACCEPTANCE AND CLEANUP A The first several feet of fusible polyvinylchloride pipe that is pulled into the receiving pit behind the pull head shall be inspected for damage. Depending on the gouging, abrading or damage witnessed the pipe may be accepted, de -rated, 02600-17 RSM - 52 Rev 3.5 - 02/12/13 reinstalled, or abandoned as unusable per the contract documents. B Following the installation, the project site shall be returned to a condition equal to or better than the pre -construction condition of the site. All excavations will be backfilled and compacted per the construction documents, and jurisdictional standards. All pavement and hardscape shall be repaired per applicable jurisdictional standards, excess materials shall be removed from the site, and disturbed areas shall be re -landscaped. C Contractor shall verify that all utilities, structures, and sub -surface features within the envelope of possible impact of the bursting operation as determined for the project specific site conditions are sound. 3.07 PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING SYSTEMS A Approximate locations for existing piping systems are shown in the construction documents. Prior to making connections into existing piping systems, the contractor shall: 1. Field verify location, size, piping material, and piping system of the existing pipe. 2. Obtain all required fittings, which may include saddles, sleeve type couplings, flanges, tees, or others as shown in the construction documents. 3. Have installed all temporary pumps and/or pipes in accordance with established connection plans. B Unless otherwise approved, new piping systems shall be completely assembled and successfully tested prior to making connections into existing pipe systems. 3.08 PIPE SYSTEM CONNECTIONS A Pipe connections shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines and as indicated in the construction documents. Pipe connections to structures shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines. 3.09 TAPPING FOR POTABLE AND NON -POTABLE WATER APPLICATIONS A Tapping shall be performed using standard tapping saddles designed for use on PVC piping in accordance with AWWA C605. Tapping shall be performed only with use of tap saddles or sleeves. NO DIRECT TAPPING WILL BE PERMITTED. Tapping shall be performed in accordance with the applicable sections for Saddle Tapping per Uni-Pub-8. B All connections requiring a larger diameter than that recommended by the pipe supplier, shall be made with a pipe connection as specified and indicated on the drawings. C Equipment used for tapping shall be made specifically for tapping PVC pipe: 1. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC 02600-18 RSM — 52 Rev 3.5 - 02/12/13 pipe. 'Hole saws' made for cutting wood, steel, ductile iron, or other materials are strictly prohibited. 2. Manually operated or power operated drilling machines may be used. D Taps may be performed while the pipeline is filled with water and under pressure ('wet' tap,) or when the pipeline is not filled with water and not under pressure (`dry' tap). 3.10 TESTING A Testing shall comply with all applicable jurisdictional building codes, statutes, standards, regulations, and laws. B HYDROSTATIC TESTING AND LEAKAGE TESTING FOR PRESSURE PIPING 1. Hydrostatic and leakage testing for piping systems that contain mechanical jointing as well as fused PVC jointing shall comply with AWWA C605. 2. Unless agreed to or otherwise designated by the owner or engineer, for a simultaneous hydrostatic and leakage test following installation, a pressure equal to 150% of working pressure at point of test, but not less than 125% of normal working pressure at highest elevation shall be applied. The duration of the pressure test shall be for two (2) hours. 3. If hydrostatic testing and leakage testing are performed at separate times, follow procedures as outlined in AWWA C605. 4. In preparation for pressure testing the following parameters must be followed: 1) All air must be vented from the pipeline prior to pressurization. This may be accomplished with the use of the air relief valves or corporation stop valves, vent piping in the testing hardware or end caps, or any other method which adequately allows air to escape the pipeline at all high points. Venting may also be accomplished by `flushing' the pipeline in accordance with the parameters and procedures as described in AWWA C605. 2) The pipeline must be fully restrained prior to pressurization. This includes complete installation of all mechanical restraints per the restraint manufacturer's guidelines, whether permanent or temporary to the final installation. This also includes the installation and curing of any and all required thrust blocking. All appurtenances included in the pressure test, including valves, blow -offs, and air -relief valves shall be checked for proper installation and restraint prior to beginning the test. 3) Temporary pipeline alignments that are being tested, such as those that are partially installed in their permanent location shall be configured to minimize the amount of potentially trapped air in the pipeline. C LEAKAGE TESTING FOR NON -PRESSURE PIPING 02600-19 RSM — 52 Rev 3.5 - 02/12/13 1. Gravity sanitary sewers that contain mechanical jointing in addition to fused PVC joints may need to be tested for excessive leakage. 2. Gravity sanitary sewer leakage testing may include appropriate water or low pressure air testing. The leakage outward or inward (exfiltration or infiltration) shall not exceed 25 gallons per inch of pipe diameter per mile per day for any section of the system. An exfiltration or infiltration test shall be performed with a minimum positive head of two feet. The air test, if used, shall be conducted in accordance with one of the following Standards: 1) ASTM F1417 2) UNI -B-6 3. The testing method selected shall properly consider the existing groundwater elevations during the test. D DEFLECTION TESTING FOR NON -PRESSURE PIPING 1. After completion of the backfill, the engineer or owner may require that a deflection test be performed. 2. Deflection tests should be conducted using a go/no-go mandrel. The mandrel's outside dimension shall be sized to permit no more than 7.5 percent deflection. The percent deflection shall be established from the base inside diameter of the pipe. If the internal beading of the fused joints for the pipe is not required to be removed, the mandrel shall account for this clearance as well. The mandrel shall be approved by the owner or engineer prior to use. Lines that permit safe entry may allow other deflection test options, such as direct measurements. E DISINFECTION OF THE PIPELINE FOR POTABLE WATER PIPING 1. After installation, the pipeline, having passed all required testing, shall be disinfected prior to being put into service. Unless otherwise directed by the owner or engineer, the pipeline will be disinfected per AWWA C651. F PARTIAL TESTING 1. Segments of the pipe may be tested separately in accordance with standard testing procedure, as approved by the owner and engineer. **END OF SECTION** 02600-20 RSM — 52 Rev 3.5 - 02/12/13 SIGNALIZATION SPECIFICATIONS AND CUT -SHEETS FOR GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) PROJECT NO. E13087 11/28/2016 SIGNALIZATION, ILLUMINATION SPECIFICATIONS AND CUT -SHEETS Part S: City Standard Specifications General Specifications for Traffic Signal Maintenance, Repair and Installation General Notes Standard Specification Section 025803 "Traffic Signal Adjustments" Item 680 Section 34 41 16.33 "Traffic Signal Controller Unit" Item 680 Section 34 41 16.23 "Traffic Signal Cabinet and Assemblies" Item 600 "Lighting, Signing, Markings and Signals" Item 618 "Conduit" Item 620 "Electrical Conductors" Item 624 "Ground Boxes" Item 628 "Electrical Services" Item 635 "Internally Illuminated Street Name Sign" Item 655 "Controller Foundation" Item 680 "Installation of Highway Traffic Signals" Item 682 "Vehicle and Pedestrian Signal Head" Item 683 "LED Pedestrian Signal Countdown Module" Item 687 "Pedestal Pole Assemblies" Part T: TxDot & Technical Specifications Item 416 "Drilled Shaft Foundations" Item 476 "Jacking, Boring, or Tunneling Pipe or Box" Item 502 `Barricades, Signs, and Traffic Handling" Item 624 Quazite PG1118BA18 Stackable Open Bottom Assembly Item 624 Quazite PG2436BA18 Stackable Open Bottom Assembly Item 635 Duralight JXM-STN Series LED Internally Illuminated Street Name Signs Item 680 SmartMonitor MMU-16LEip Item 680 Cobalt by Econolite Item 682 Astro-Brac Assy, Tallon Series, 1 -Way Cable Mount Item 684 "Traffic Signal Cables" Item 684 City Traffic Signal Cable Color Code Item 686 "Traffic Signal Pole Assemblies (Steel)" Item 688 WAVETRONIX-Smart Sensor Advance Item 688 "Pedestrian Detectors and Vehicle Loop Detectors" Item 688 PELCO Pedestrian Push Button Station Assembly Sheets Item 700 Exhibit A — Camera Connector Pinout Item 700 PELCO Astro-Brac Camera Mountings Item 700 Wiring Diagram for Video Camera Surge Suppression Filter Item 700 ISOTEC Video Cable Item 700 VIVOTEK Speed Dome Network Camera — 5D8364E/64E-M Item 702 Acyclica Road Trend Data Collection Item 703 Cisco Industrial Ethernet 4000 Series Switch Corpus Christi Standard Specification for Construction July 2, 2015 GENERAL SPECIFICATIONS FOR TRAFFIC SIGNAL MAINTENANCE, REPAIR AND INSTALLATION SCOPE: The City of Corpus Christi is requesting the services of an electrical firm specializing in providing traffic signal installation and repair, emergency knockdown repair, and non- emergency routine installations to ensure proper maintenance and operation of traffic signals owned by the City of Corpus Christi. The work does cover intersection safety lighting where the safety lighting is on the same pole as the traffic signals systems owned and operated by the City of Corpus Christi. II. CLASSIFICATION: The traffic signal installation will be undertaken in accordance with the Traffic Signal system maintenance operations. All areas are located within the City limits. III. GENERAL: • Perform preventive maintenance services, repairs and installation of traffic signal equipment as requested. • A traffic signal system includes, but is not limited to: traffic signal controllers, controller cabinets and all appurtenant equipment, electrical service cabinet, flashing beacons, pedestrian and vehicle signals, detector systems (Radar -Video -Loop - Microwave), CCTV camera systems, wireless communication equipment, traffic signal communications equipment, battery backup system (BBS), intersection safety lighting, internally illuminated street name signs, • Install traffic signal poles, mast arms, heads, foundations and all other related traffic signal equipment. All equipment shall be approved by the Contract Administrator, Traffic Signal Superintendent or designee. • Malfunction Management Unit (MMU): Shop test MMUs with an approved certified and calibrated MMU tester. Must have an electronic documentation file with date and time stamp and print out attached to the unit. • Installation of MMU: Remove existing MMU/CVM and install certified MMU that has passed test inspection and place into traffic controller cabinet and make operational. • Installation of ATC traffic controllers: Remove old traffic controller unit and replace with new ATC controller unit. • Installation of TS2 traffic controller cabinets. Remove old controller cabinet and install new TS2 cabinet. • Troubleshoot, repair and maintenance check battery backup systems, audible pedestrian systems, radar detection systems, video detection systems & microwave detection systems. • Rewiring of signalized intersection. • Trenching, boring, installation, backfill for underground conduit. General Specifications Page. 1 Corpus Christi Standard Specification for Construction July 2, 2015 • Replace LED traffic signal modules. • Work on live and de -energized circuits. IV REQUIREMENTS: Contractor hired for the repair, maintenance or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: 1. Proposers shall provide documentation indicating actual installation and modification of traffic signals completed in the past two years. The statement shall include the name of the agency(ies) for which work was performed and the date(s) the work was completed and shall be provided with Proposer's proposal. 2. The contractor selected shall perform the work described herein in a thorough and professional manner so that the City of Corpus Christi is provided with reliable and high quality Traffic Signal maintenance, installation and repair services at all times. Traffic signal maintenance and repair shall be performed in accordance with accepted standards for traffic signals and shall be performed to the satisfaction of the Contract Administrator or his designee. The Contractor shall immediately respond when notified by Contract Administrator to correct unsatisfactory work at no additional charge. 3. The Contractor shall leave work areas free of all dirt, litter, lubricants, or other materials utilized to perform maintenance services. 4. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation. Personnel assigned to this Work must have at least 4 years of experience in the installation of traffic signal controller cabinet assemblies and in the operation of traffic signal NEMA controllers. 5. Contractor is required to have one certified IMSA Level II or higher Traffic Signals Technician and a journeyman licensed electrician to make necessary repairs to traffic signal devices external or internal to the traffic signal controller cabinet. The IMSA Level II or higher -certified Traffic Signals Technician and Texas licensed journeyman electrician are required to be on the job -site at all times to supervise construction, installation and troubleshooting. No work will occur at any signalized intersection under this agreement without a Traffic Signals Level II or higher technician and a Texas licensed journeyman electrician present at all times. PROPOSERS SHALL PROVIDE TO THE CITY WITH THEIR PROPOSALS A COPY OF THE IMSA CERTIFICATION(S) & JOURNEYMAN'S LICENSES FOR ALL EMPLOYEES WHO WOULD BE PERFORMING THIS WORK. 6. In the event that the Contractor at any time finds an unsafe traffic signal condition such as signals all dark, signal heads hanging down, RED lamps out etc., the Contractor shall make the repairs necessary to return the intersection to a safe operating condition. The Contractor shall report to the Contract Administrator or his designee immediately upon completion of the repair. Red Flash is considered a safe operation for this purpose. General Specifications Page. 2 Corpus Christi Standard Specification for Construction July 2, 2015 7. A pre -construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to ensure that all materials, equipment and work specifications are understood. 8. The Contract Administrator shall be the final authority in regards to quality and workmanship questions. 9. The Contractor is required to notify the Traffic Signals Operations Department one (1) week in advance of beginning any work on any City traffic signal facility. The City will not accept any work done where such prior notification does not take place. 10. The Contractor shall obtain all permits and inspections as required. 11. Public Safety and Convenience: Traffic control measures will not be billed separately, but are considered to be included in the pricing on the Bid Sheet. 12. Work Hours: The Contractor will confine all operations to daylight hours, sunrise to sunset. Under extraordinary conditions, Contractor shall notify the Contract Administrator and Traffic Signal Superintendent 48 hours in advance in the event night time work is needed. 13. Non -Work Hours: The Contractor may not store any equipment or tools on any right- of-way area. After completion of work at any site, the Contractor must remove all equipment, supplies, and materials from that site. 14. Protection of Property: The Contractor shall take proper measures to protect all property which might be damaged by Contractor's Work hereunder, and, in case of any injury or damage resulting from any act or omission on the part of or on behalf of the Contractor, he/she shall restore at his/her own expense the damaged property to a condition similar or equal to that existing before such injury or damage was done, or he/she shall make good such injury or damage in an acceptable manner. All damages which are not repair or compensated by the Contractor will be repaired or compensated by City forces at the Contractor's expense. All expenses charged by the City for repair work or compensation shall be deducted from any monies owed to the Contractor. LEGAL REQUIREMENTS: A. Laws to be Observed: The Contractor shall make himself familiar with and, at all times, observe and comply with all Federal, State, and local laws, ordinance and regulations, which in any manner affect the conduct of the Work and shall indemnify and save harmless, the City and its representatives against any claim arising from the violation of any such law, ordinance or regulations, whether by himself or by his employees. B. Permits, Licenses, Fees and Taxes: The Contractor shall procure all permits and licenses, pay all charges, fees and taxes, and give all notices necessary to the due and lawful prosecution of the Work. General Specifications Page. 3 Corpus Christi Standard Specification for Construction July 2, 2015 These provisions for securing permits, licenses and paying for all charges, fees and taxes will not be paid for directly but shall be considered subsidiary to the various bid items of this contract. C. Responsibility for Damage Claims: The Contractor agrees to and shall indemnify and hold harmless the City of Corpus Christi, its officers, employees, and agents (indemnities) from and against any and all liability, damage, loss, claims, demands, suits, and causes of action of any nature on account of death, personal injuries, property loss or damage, or any other kind of damage, including all expenses of litigation, court costs, and attorney's fees which arise, or are claimed to arise, out of or in connection with the mowing operations (Work) undertaken pursuant to this contract, regardless of whether such injuries, death or damages are caused or are claimed to be caused, in whole or in part by the negligence or fault of Indemnities. V. PERFORMANCE REQUIREMENTS: 1. Contractor shall remove all debris from the entire work site after completing any traffic signal work. Debris shall be placed in suitable containers and transported to the landfill for proper disposal. Disposal of the debris, including all costs charged at the landfill, are the Contractor's sole responsibility. 2. The Contractor shall be required to follow the work scheduled Monday thru Friday. Working on Saturday and/or Sunday will require approval by the Contract Administrator. Requests to work on Saturday or Sunday shall be submitted to the Contract Administrator not later than 4:00 p.m., Friday prior to that weekend. The work will be scheduled during daylight hours. 3. Contractor shall be required to follow all traffic regulations in accordance with the current version of the Texas Manual on Uniform Traffic Control Devices. Signs, sign stands, safety flags, and all other safety materials, devices and safety vests are required to protect the traveling public. Signs must be placed within 1 mile of working area. Signs, sign stands, safety flags, and other safety materials shall be kept in good condition. 4. Contractor shall be required to have Insurance before activities can begin under this Agreement. Contractor must deliver a Certificate of Insurance, as proof of the required insurance coverage. Contract Administrator will be given at least 30 days' notice of cancellation, material change in coverage, or intent not to renew any of the policies by certified mail. The City must be named as an Additional Insured. Coverage must include those types of insurance at the minimum insurance coverage levels as specified in "Insurance Requirements" in this bid. General Specifications Page. 4 Corpus Christi Standard Specification for Construction July 2, 2015 SUPPLEMENTAL TERMS AND CONDITIONS Traffic Signals Maintenance, Repair & Installations A. Term of Contract: The Contract will be for a twelve-month period, from notification by the City, with an option to extend the Contract for two additional twelve month periods, subject to the approval of the City Manager, or his designee, and the Contractor. B. Examination of Plans, Specifications, Special Provisions and Site of Work: Before submitting a bid, the bidder shall examine carefully the bid invitation, specifications, special provisions and the service contract to be entered into for contemplated ("Work"). The submission of a bid by bidder shall be conclusive evidence that he has complied with these requirements. C. Authority of Contract Administrator: The work will be observed and inspected by the Contractor Administrator or his designee, and performed to his/her satisfaction in accordance with the contract and specifications. The Contract Administrator will decide on all questions which may arise as to the quality or acceptability of the work performed; the manner of performance and the rate of progress of the work; the interpretations of the specifications; and the acceptable fulfillment of the contract on the part of the contractor. The Contract Administrator's decisions will be final. The Contract Administrator will be the Street Operations Department's Traffic Signal Superintendent or designee. D. Laws to be Observed: The contractor shall make himself/herself familiar with and, at all times, observe and comply with all Federal, State and local laws, ordinances and regulations which in any manner affect the conduct of the work and shall indemnify and hold harmless the City and its representatives against any claim arising from the violation of any such law, ordinance or regulations, whether by himself/herself or by his/her employees, or agents. E. Monitoring: All work completed under the Contract will be monitored, evaluated and approved by the Contract Administrator. F. Payment Provisions: The Contractor will be paid, for all successfully completed work, at the unit price bid for the set amount listed on the bid sheets and the tables. Pricing submitted will be firm for the full extent of the contract period. G. Workmen and Equipment: The Contractor shall furnish such suitable machinery, equipment and forces as may be necessary, in the opinion of the Contract Administrator, for the proper performance of the work. H. Temporary Suspension of Work: The Contract Administrator will have authority to suspend the work, wholly or in part, for such period as he/she may consider necessary. Written notice of work suspension and the reason therefore will be given the Contractor. The Contractor shall not suspend work without the prior written authority of the Contract Administrator. I. Abandonment of Work or Default of Contract: If the Contractor fails to begin the work within the time specified; or fails to perform the work with sufficient workmen and equipment; or has insufficient materials to insure the completion of the work within the work cycle; or perform the work unsuitably; or neglect or refuse to remove materials or perform a new such work as may have been rejected as being defective or unsuitable; or discontinue the prosecution of the work without authority; or become General Specifications Page. 5 Corpus Christi Standard Specification for Construction July 2, 2015 insolvent or be declared bankrupt; or commit any act of bankruptcy or insolvency; or make an unauthorized assignment for the benefit of any creditor; or from any other cause whatsoever shall not carry on the work in an acceptable manner, the Contract Administrator shall give notice in writing to the contractor of such delay, neglect or default, specifying the same. If contractor fails to cure within seven (7) calendar days from receipt of notice of default, the Contract Administrator may declare the contract void and enter into another agreement to satisfactorily complete the work for the remaining contract period. All costs incurred by the City as a result of arranging for satisfactory alternative completion of the work for the remaining contract period shall be deducted from any money the City owes contractor for past work performed. If City's costs exceed the amount of money owed to contractor for past work under the contract, contractor shall be liable for and shall pay City the amount of such excess within thirty (30) days after receipt of City's invoice for costs. J. Termination: When the contract is terminated, payment will be made for the actual work completed satisfactorily and accepted by the Contract Administrator at the contract bid price. No claims for losses of anticipated profits shall be considered. K. Personal Liability of Public Officials: In carrying out the provisions of the Contractor in exercising any power or authority granted thereunder, there shall be no liability upon the Contract Administrator or her/his authorized assistants, either personally or otherwise, as they are agents and representatives of the City. L. Assigning of Contract: The Contractor shall not assign, sell, transfer or otherwise dispose of the contract or any portion thereof, or his rights, title or interest therein without the prior written approval of the City. No subcontract will, in any case, relieve the Contractor of his responsibility under the contract. M. Prosecution of Work: Prior to beginning work, the Contract Administrator will arrange a conference between the Contractor's representative and the Contact Administrator. In this meeting, the Contractor will briefly outline the proposed procedure for performing the work, the amount and type of equipment to be used, sequence of work to be followed, estimated progress schedule and give his plans for providing safe traffic controls at all times work is underway. N. Scope of Payment: The Contractor shall accept the compensation as full payment for: furnishing all materials, supplies, labor, tools and equipment and obtaining all permits, licenses and paying all fees and taxes, necessary to complete the work under this contract; for any loss or damage which may arise from the nature of work, from the action of the elements, or from any unforeseen difficulties which may be encountered during the prosecution of the work, for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the contractor by reason of delay in the initiation and prosecution of the work for any cause whatsoever. O. Acceptance and Request for Payment: When the work provided in the contract is completed by the Contractor and all properties have been approved and accepted by the Contract Administrator, the Contractor shall invoice the City on a monthly basis. In accordance with current statutes, the City shall make payments to the Contractor within 30 days from the date the work has been satisfactorily completed and accepted by the Contract Administrator. P. Fiscal Year: All parties recognize that the continuation of any contract after the close of any fiscal year of the City, which fiscal year ends on September 31 annually, is subject to appropriations and budget approval providing for such contract item as an expenditure in said budget. The City does not represent that said budget item will be actually adopted, that determination is within the sole discretion of the City Council at the time of adoption of each budget. General Specifications Page. 6 City of Corpus Christi Standard Revised August 14, 2010 GENERAL NOTES ALL WORK WILL BE DONE IN ACCORDANCE WITH: The standards set by the City Traffic Engineer or Designee at the pre -construction meeting. In accordance with the Standards set forth in the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways." The Traffic Engineer, or his Designee, will show on the plans the initial location of poles bases. The Contractor shall be responsible for the location of utilities prior to any excavating; and if changes are required, the Contractor is to get with the City Inspector, City Traffic Engineer, and/or Traffic Signal Superintendent to discuss relocating the facility. The Contractor shall be responsible for all barricading, safety precautions and removal of excess dirt and materials. Contractor shall contact the City Project Inspector, City Traffic Engineer, Traffic Signal Superintendent, for inspection of forth, bolts and stub out layout 24 hours prior to intent of pour, and (2 -hour minimum conformation) prior to pouring concrete. (Pouring bases without an inspection will result in contractor removing said base and installing a new one at contractor expense within one week). Exposed bolt threads and nuts shall be free of concrete and debris. The Traffic Signal Inspector prior to acceptance shall inspect finished base. Finished product should conform to current City of Corpus Christi Traffic Signals standards for cosmetics & quality in workmanship as stated in this document. Conditional Acceptance: Once construction of a traffic signal has been satisfactorily completed, and at the direction of the City Traffic Engineer and/or the Traffic Signal Superintendent, the traffic signal is turned on and the "burn -in" period begins. The Contractor must have the Vendor and/or Manufacturer Representative on hand for the turn on. The burn -in period will last at least 30 days. During the burn -in period the signal system is allowed to operate under normal operating conditions. Any malfunction occurring during this period will require a repair or replacement and if the malfunction is serious enough, the burn -in period must be restarted. Final Acceptance: After the bumf -in period is completed, all punch list items have been corrected and the contractor has met all contract requirements (such as final clean up of work site), the signal will be accepted. General Notes Standards Page 1 City of Corpus Christi Standard Revised August 14, 2010 General Notes Continued: Contractor shall guarantee materials and workmanship for a. period of one year. City of Corpus Christi Traffic Signals Department reserves the right to bill contractor for materials and labor for repair and/or replacement of contract work due to faulty craftsmanship during warranty period. A minimum of two signal heads shall be maintained over traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. The contractor will also be responsible for the adjustment of video detection cameras during this time. If contractor requests Signals Personnel during non -duty hours, (after business hours, weekends and holidays) contractor will be billed for any overtime of personnel. Minimum billing for overtime personnel and vehicles is 1 hours at standard overtime rates. Upon completion of work, the contractor shall submit an "As -built" or corrected plan showing, in detail, all construction changes including but not limited to, wiring, cable, poles, controller cabinet, detection systems and location of conduits. Red lined signed, stamped plans may be submitted as "as -built" plans. All traffic signal equipment that is removed shall remain the property of City of Corpus Christi. Such property is to be returned by the contractor to the City Traffic Signal Shop at 2525 Hygeia St. Contractor must contact the Signal Shop (361-826-1610) to make arrangements for delivery. All traffic signal equipment shall be returned in the same condition as removed. Poles will be stripped clean of all attached parts before delivery and all equipment will be labeled and inventoried. The contractor shall have full maintenance responsibility of the traffic signal from the time of Notice to Proceed to the initial acceptance and/or completion of removals in the case of rebuild of modifications. All new installations require all vehicle and pedestrian indications to be City of Corpus Christi approved LED's. All new three section signal heads mounted on mast arms shall have one piece back -plates. Contractors that damages Traffic Signal Systems will be billed for all materials used as well as double tune for staff that are pulled off existing jobs to make the repairs. General Notes Standards Page 2 SECTION 025803 'TRAFFIC SIGNAL ADJUSTMENTS 1. DESCRIPTION This specification shall govern all work for Traffic Signal Adjustments required to complete the project. 2. MATERIALS All equipment and materials for adjustments shall be provided by the Contractor, unless indicated otherwise on the drawings. 3. METHODS The existing signal controls shall be maintained by the Contractor, Transferring control of the adjusted signal control shall be done by the Contractor. A minimum of 48 hours advance notice shall be provided to the Engineer (City Traffic Engineer) by the Contractor, prior to transferring control of the adjusted signal control or any other interim signal adjustments necessary to control traffic, unless otherwise noted on the drawings. Manual traffic direction by the City Police Department shall be arranged and provided for by the Contractor at any signalized intersection at any time that signal control must be interrupted. The Contractor shall arrange for a representative from the City's Traffic Signals Division to be on site to inspect the process of signal control transfer, during the work. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, traffic signal adjustments will not be measured for pay, but shall be considered subsidiary to other work. 025803 Rev. 11/5/99 Page 1 of 1 September 2013 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.33 TRAFFIC SIGNAL CONTROLLER UNIT PART1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing of Traffic Signal Controller Unit as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 03 21 11.13 REINFORCING STEEL E. 03 31 11.13 CONCRETE STRUCTURES 1.3 References The latest edition of the referenced item below shall be used. A. National Electrical Manufacturers Association (NEMA) B. National Electrical Manufacturers Association (NEMA) Traffic Controller Assemblies Standards C. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi Product List — Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. B. A TS -2 -Type 1 Advanced Transportation Controller (ATC) as per NEMA Traffic Controller Assemblies Standards Publication TS -2 — 2003. 2.2 NEMA TS2 Fully Actuated ATC Controller A. The ATC shall conform to all applicable sub -sections of NEMA Traffic Controller Assemblies Standards Publication TS2-2003 Section 3 for a TS2 Type 2 Controller unit and work with current City of Corpus Christi Traffic Signal System. B. All cables, connectors and software needed to permit interfacing the ATC with a laptop computer, or modem shall be provided. C. The shelf mount shall be compact to fit in limited cabinet space. D. The shelf mount ATC shall be configurable for NEMA TS -1, TS -2 and TS -2 Type 1 Cabinets. E. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi Material Producer List — Traffic Department: 2.3 Communication Protocols A. The ATC shall have the capability of supporting communications with traffic management systems using industry standard protocols with the installation of appropriate software. B. At minimum the ATC shall have optional software to support the following protocols: 1. NTCIP Level 2 as defined by Section 3.3.6 of NEMA TS -2-2003. NTCIP v02.06 capabilities shall include all NTCIP mandatory and optional objects. Page 1 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 September 2013 City of Corpus Christi Standard Specifications for Construction 2. The controller shall provide access to all controller data via vendor specific objects. 3. These and all other objects supported by the ATC shall be defined in a standard MIB file. 2A Ethernet Communication A. The ATC shall have the capability of supporting Ethernet communications, using TCP/IP communication protocols. B. The ATC communication protocols shall utilize two integral Ethernet Switches providing four 10/100Mbit Ethernet front panel ports. C. Minimum of two USB 2.0 ports. 2.5 Communication Ports A. The ATC shall as a minimum have the following internal communications ports: 1. Port 1 a. SDLC for communication to other devices in the cabinet. 2. Port 2 a. Terminal port for communication with a computer for the purposes of uploading, downloading or upgrading the controller software. 3. Port 3 a. Systems communications port shall be provided to either communicate to an on -street master or a central computer system or upgrading the controller software or database. b. If applicable, the ATC shall also be furnished with a multi -mode fiber optic telemetry communication port for communication between itself and the on -street master controller and remotely to the Traffic Operations Center. 2.6 Documentation A. Each ATC controller shall be provided with the following documentation: one service manual per unit, which includes a theory of operation, operating instructions, and basic troubleshooting information. 2.7 Warranty and Support A. The ATC controller equipment furnished shall be new of the latest design, fabricated in a first class workmanship manner from best quality materials. B. The manufacturer shall replace and install free of charge to the Owner any part or component that fails in any manner due to defective material or workmanship within a period of five (5) years from the date of delivery to City Signal Shop. C. The successful bidder shall provide a minimum of one (1) day factory certified training class and support in the operational use and care of the equipment for the benefit of the City Traffic Signal Operations. 2.8 Foundation A. General 1. The purpose of this specification is to describe a controller foundation for a NEMA type controller cabinet's size 6 as per NEMA Standard Publication TS -2-2003 v2.06 Table 7-1 and Figure 7-2. 2. The work shall include furnishing and installing anchor bolts, concrete, reinforcing materials, excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete foundation as shown on the detail. B. Materials 1. Concrete a. Concrete shall be 3,000 psi strength at twenty-eight (28) days in accordance with section 03 31 11.13 CONCRETE STRUCTURES. 2. Reinforcing Steel a. Shall be in accordance with section 03 21 11.13 REINFORCING STEEL. 3. Anchor Bolts a. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. 4. Ground Box a. One (1) Type (C) 17" x 30" x 12" Ground Box, unless otherwise shown on the Drawings. Page 2 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 September 2013 City of Corpus Christi Standard Specifications for Construction PART 3 EXECUTION 3.1 General Information A. Equipment 1. Provide the machinery, tools and equipment necessary for proper prosecution of the work. 2. All machinery, tools, and equipment used shall be maintained in a satisfactory and workmanlike manner. B. Construction 1. Controller Foundation a. Placement of anchor bolts shall be as shown on the Drawings and NEMA Standards Publication TS 2-2003 v02.06. b. Concrete slab and concrete block on which the cabinet will sit shall be poured as one monolithic unit. c. Concrete shall have a smooth finish free of brush marks and other mars. d. Cabinets may be set on foundation after they have set a minimum of seventy-two (72) hours. e. Cabinets scratched, dented or otherwise damaged prior to final acceptance shall be repaired to the Owner satisfaction at no cost to the Owner. f. Standard foundation shall consist of: (1) Two (2) four inch (4") conduits for signal cable, (2) One (1) one and one-half inch (1 1/2") conduit for electrical service, (3) One (1) three-quarter inch (3/4") conduit for grounding conductor, (4) One (1) one and one-quarter inch (1 1/4") for fiber optic cable. g. A 5/8 inch x 8 -foot copper weld ground rod shall be installed in the pull box as shown in the detail. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. Page 3 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 September 2013 City of Corpus Christi Standard Specifications for Construction THIS PAGE INTENTIONALLY LEFT BLANK END OF SECTION Page 4 of 4 TRAFFIC SIGNAL CONTROLLER UNIT - 34 41 16.33 January 2014 City of Corpus Christi Standard Specifications for Construction SECTION 34 41 16.23 TRAFFIC SIGNAL CABINET AND ASSEMBLIES PART 1 GENERAL 1.1 Description A. This specification shall govern all work required for the furnishing and installing Traffic Signal Cabinet and Assemblies as required to complete the project. 1.2 Related Sections A. 00 30 00 PROPOSAL FORM B. 01 33 00 DOCUMENT MANAGEMENT C. 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS D. 34 41 13.13 INSTALLATION OF TRAFFIC EQUIPMENT E. 34 41 16.33 TRAFFIC CONTROLLER UNIT 1.3 References The latest edition of the referenced item below shall be used. A. TxDOT Standard Specifications for Installation of Highway Traffic Signals B. National Electrical Manufacturers Association (NEMA) Traffic Control Systems Standards Publication C. Texas Manual on Uniform Traffic Control Devices (TMUTCD) D. Manual on Uniform Traffic Control Devices (MUTCD) E. American Association of State and Highway Transportation Officials (AASHTO) Standard Specifications for Structural Support for Highway Signs, Luminaires and Traffic Signals F. City of Corpus Christi Standards G. City of Corpus Christi Product List 1.4 Submittals A. Conform to requirements of Section 01 33 00 DOCUMENT MANAGEMENT and Section 34 41 13.00 TRAFFIC SIGNAL STANDARDS AND GENERAL REQUIREMENTS B. Documentation 1. Submission shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At time of delivery, the supplier shall furnish two (2) copies of the programming and operation manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Cabinet Power Supply c. Bus Interface Unit (BIU) d. Malfunction Management Unit (MMU) e. Cabinet Shell (on the inside of the cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. PART2 PRODUCTS 2.1 General A. Pre -Approved materials and equipment can be found within the City of Corpus Christi Product List — Traffic Department. 1. Use of material and equipment from the list does not relieve the Contractor from meeting the requirements of this specification. 2. To substitute a material or equipment it will be the responsibility of the Contractor to provide all required information to determine that the material or equipment is equal or better to the Owner for approval prior to incorporation into the Project. Page 1 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction B. The intent of this specification is to describe minimum acceptable design and operational requirements for a TS -2 Type 1 cabinet assembly and shall conform to NEMA Traffic Controller Assemblies Standards Publication TS -2-2003 v02.06. C. Cabinet shall include the components listed below to form a completely functional 8 -phase traffic control cabinet (see specifications for individual component requirements). 1. One (1) Traffic Signal Controller Unit in accordance with Section 34 41 16.33 TRAFFIC CONTROLLER UNIT. 2. One (1) Type 16 EDI 16LEip Smart -Monitor Malfunction Management Unit (MMU) with Ethernet Port 3. One (1) Power Supply 4. Four (4) Bus Interface Units (BTUs) 5. Sixteen (16) Load Switches 6. Eight (8) Flash Transfer Relays 7. One (1) Solid State Flasher D. Acceptable cabinet manufacturers are listed within the City of Corpus Christi Material Producer List — Traffic Division. E. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply, and BIU's must be fully compatible with the specifications as listed. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed, unless otherwise noted in the Drawings or by the Owner. 2.2 Cabinet Standards A. Exterior 1. 16 phase cabinets NEMA Size 6 shall be supplied and cabinets shall meet the following criteria: a. Material shall be 5052-H32 0.125 -inch thick aluminum. b. The aluminum shall have mill finish per NEMA TS -2 7.7.3 c. Door hinge shall be of the continuous type with a stainless steel hinge pin. (1) Rivets shall NOT be used to attach the hinge. d. All external fasteners shall be stainless steel. e. The door handle shall be stainless steel. f. Seams around fan or fan mounting plate shall be sealed with clear RTV silicone. g. There shall be no holes in the top of cabinet. h. The doorstop rod shall be stainless steel. (1) The brackets attaching the stop rod to the door and cabinet shall be aluminum and welded in place. B. Shelf Height 1. The cabinet shall have two (2) shelves installed. a. The backboard shall be mounted under the bottom shelf, NOT BEHIND IT. C. Ventilating Fan Assembly 1. Two (2) ventilating fans shall be provided and controlled by one (1) thermostat. 2. Each fan motor shall be equipped with sealed ball bearings. 3. Fans shall be mounted inside the cabinet on the left and right above the door opening behind the front top edge of the cabinet. D. Air Filter Assembly 1. Air filter shall be one (1) piece re -useable aluminum filter and shall be held in place by metal thumbscrews at each corner. 2. Air filter shall be a sixteen -inch (16") x twelve -inch (12") x one -inch (1"). E. Cabinet Light Assembly 1. An eighteen -inch to twenty-four inch (18" to 24") cool white LED light strip with protective lens. 2. The fixture shall be factory made and all components shall be housed in a factory made strip fixture enclosure. 3. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the cabinet light. Page 2 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 4. This switch shall be wired to place an input to Alarm 1 (BIU #2 Pin 23b) when the cabinet door is opened. F. Pull out Drawer Assembly 1. A pull out drawer shall be installed, centered on the bottom shelf. 2. The drawer shall be made of aluminum and come out on full extension drawer slides. 3. There shall be a compartment for documentation storage. 4. The lid shall be hinged at the rear, to gain access to the storage area. 5. The drawer will be used to store documents as well as support a notebook computer. 6. The drawer slides shall be of the ball bearing type. 7. Dimensions of the drawer shall twenty-four inch (24") wide x thirteen -inch (13") deep x two-inch (2") tall. G. Power Distribution Panel Design and Construction 1. The power panel shall consist of a separate module, securely fastened to the right side wall of the cabinet. 2. The power panel shall be wired to provide the necessary filtered power to the load switches, flasher(s), and power bus assembly. 3. It shall be manufactured from 0.090 -inch, 5052-H32 aluminum with a removable plastic front cover. 4. The panel shall be of such design to allow a technician to access the main and auxiliary breakers without removing the front cover. 5. The power panel shall house the following components: a. A minimum of one (1) 15 amp main breaker. (1) The breaker shall supply power to the controller, MMU, signals, cabinet power supply and auxiliary panels. (2) Breakers shall be at minimum, a thermal magnetic type, U.L. listed for HACR service, with a minimum of 10,000 amp interrupting capacity. b. Two (2) 15 amp, auxiliary breakers. (1) The first breaker shall supply power to the fan, light, GFCI utility receptacle and two (2) auxiliary standard receptacles (one on each side of the cabinet) just above the top shelf. (2) The second breaker shall be installed to supply power for video detection equipment. (3) Both circuit breakers line side shall have a jumper between each other and will be fed from an external main circuit breaker. c. An EDCO SHA -1250 (or exact approved equal) surge suppressor shall be installed on the 12 VAC incoming line. (1) The alarm output from the suppressor shall be connected so that it places an input to Alarm 2 (BIU #2 Pin 24a) when the unit fails. d. A normally open seventy-five (75) amp solid state relay. e. A minimum of an eight (8) position neutral bus bar capable of connecting three (3) #12 wires per positions shall be provided. f. A minimum of six (6) position ground bus bar capable of connecting three (3) #12 awg wires per position shall be provided. 9. h. GFCI Outlet (1) One (1) GFCI outlet shall be installed in the cabinet for maintenance use to be mounted and easily available i. Two (2) convenience outlets shall be installed one (1) on each side of the cabinet just above the top shelf to be used for communication equipment. H. Inside Control Panel Switches 1. The inside door panel shall contain three (3) switches: a. AUTO/FLASH, b. STOP TIME ON/OFF. c. TEST/NORMAL 2. Door panel switches shall be hard wired. 3. The AUTO/FLASH switch shall have two (2) positions: a. AUTO, b. FLASH c. This switch shall permit the intersection to flash and allow the CU to cycle. Page 3 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction d. When in the FLASH position, this switch shall provide an input to Alarm 3 (BIU #2, Pin 19b) and shall NOT remove power from the CU, MMU, or BTU's. e. When this switch is placed in the AUTO position, it shall NOT initiate the CU start up sequence. 4. The STOP TIME switch shall have two (2) positions a. ON b. OFF c. This switch shall stop time the CU when in the position. 5. The TEST/NORMAL switch shall have two (2) positions: TEST NORMAL 1. 2. a. b. Police Panel Switches A locking auxiliary Police door shall access to a panel of switches for Police manual control. Police panel shall contain two (2) switches : a. be provided within b. c. the main door that will allow AUTO/FLASH switch shall have: (1) Two (2) positions (a) AUTO (b) FLASH (2) The switch shall operate according to TS -2 section 5.5.3.10 Figure 5-5. (3) When in the flash position, this switch shall provide an input to BIU #2 Pin 22b. (4) When the switch is placed in the AUTO position the CU shall enter the Start -Up Flash see (TS2 3.9.1.1.). MANUAL/AUTOMATIC Switch shall have: (1) Two (2) positions (a) Manual (b) Automatic (2) Applies a Manual Control Enable input to the controller and will Advance Push Button to be active. (3) Switch shall override any external controls in effect. Signal Manual Advance Push Button shall have: (1) Shall be on a six-foot (6') cord. (2) The switch shall have a Manual Advance push button section 3.5.5.5 item 6 &7. J. Cables 1. All cables shall be of sufficient length to access any shelf position. 2. All cables shall be encased in a protective sleeve along their entire length. 3. The cabinet shall be equipped with two (2) extra Port 1 (SDLC) cables, properly terminated for use. 4. Shall provide power adapters for TS -2 Type 1 and TS -2 Type 2 Controller Unit. K. Flash Operation 1. When the cabinet is in MMU Flash, BIU #2 Pin 23a shall also be asserted. L. Wire Termination 1. All connector -wiring harnesses shall terminate all wires on the terminal blocks, whether the wires are utilized or not. 2. This shall pertain to all devices being installed at the factory or in the field. M. Backboards 1. The terminals and facilities (TF) shall be a sixteen (16) position, NEMA Type 1 Configuration four (4) as shown in TS -2 5.3.1.1 Table 5.2. 2. Load switches shall be arranged as follows: a. LS1-LS8 shall be wired and labeled as Vehicle Channels. b. LS9-LS12 shall be wired and labeled as Pedestrian Channels. c. LS13-LS16 shall be wired and labeled as Overlap Channels. 3. All wires terminated behind the backboards as well as any additional panels shall be soldered. a. No pressure or solderless connectors shall be used. 4. The backboard shall be hinged at the bottom, and be secured at the top with thumbscrews or wing nuts. allow the switch as specified Manual in TS -2 Page 4 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction a. The thumbscrews or wing nut shall be retained such that when loosened to access the backboard they will not become separated and fall. b. The backboard shall pivot a minimum of ninety degrees (90°) from the vertical position to the horizontal position, with no interference, to facilitate access to wiring and components on the back of the panel. c. The Back -Board shall be centered on the back panel of the cabinet. N. Section 5.3.5 Power Supply: NEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 1. Shall be amended to provide a power connection adapter for TS2 Type 1 Controller Units. O. INPUT/OUTPUT Terminals 1. As a minimum, terminals shall be provided for the input/output signals listed in NEMA TS - 2 5.3.1.2 Table 5-3 for configuration 1 and the following: Function Purpose Alarm 1 Cabinet Door Open Alarm 2 Lightning Suppression Fail Alarm 3 Technician Flash Alarm 4 UPS Status P. Control er Unit Power Up 1. The CU shall be powered through the "Start -Delay Relay" circuit of the MMU. Q. Flashing Operation 1. All cabinets shall be wired to flash RED for all phases. 2. Flashing display shall alternate between phases 1-4 and phases 5-8. R. Detector Rack 1. Two (2) detector racks shall be installed in the cabinet. 2. The detector rack shall conform to NEMA configuration 2 (NEMA TS -2 5.3.4). S. Field Terminal Locations 1. Field terminals shall be located at the bottom of the backboard. 2. Their order shall be left to right beginning with Phase one (1) and following the order of the load switches. 3. Screw type terminal shall be used. T. Bus Interface Unit 1. Bus interface units (BTUs) shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS -2 Section 8 requirements. 2. All BIUs shall provide three (3) separate front panel indicator light emitting diode (LED) for: a. Power, b. Transmit, c. Valid Data. 3. Cabinets shall be provided with four (4) BIUs: a. Two (2) for Terminals and Facilities (TF) b. Two (2) for detector rack. U. Cabinet Power Supply 1. The cabinet power supply shall as a minimum meet all NEMA Traffic Control Systems Standard Publication TS -2 Section 5.3.5 requirements. 2. All power supplies shall also provide a separate front panel indicator LED for each of the four (4) outputs. 3. Front panel banana jack test points for 24 VDC and logic ground shall be provided. 4. The cabinet power supply shall be shelf mounted and shall not be attached to the back panel or shelf. V. Flash Transfer Relays 1. All eight (8) flash transfer relays shall as a minimum meet NEMA Traffic Control Systems Standard Publication TS -2 Section 6 requirements. W. Load Switches 1. All load switches shall as a minimum meet NEMA TS -2 Section 6 requirements. X. Inductive Loop Detector 1. Section 6 NEMA Traffic Control Systems Standard TS -2 — 2003 v02-06 shall be amended to delete section 6.5 "Inductive Loop Detectors". Page 5 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction Y. Power Connector Adapter 1. Section 5.3.5 of NEMA TS -2 2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 Type 1 Controller Units. 2.3 Malfunction Management Unit 1. Acceptable Malfunction Management Unit (MMU) Types; 2. EDI Smart Monitor MMU 16LEip with Integral Ethernet port or exact approved equal. 2.4 Controller Unit A. To maintain compatibility with City of Corpus Christi Traffic Signal Operations System, the only acceptable Traffic Controller Units are as listed within the City of Corpus Christi Material Producer List — Traffic Department B. All shall have Integral Ethernet Port and Data Key and Fiber Optic Ports or Fiber Optic Panels. 2.5 Ethernet Connectivity Interface A. The intent of this section is to address the minimum requirements for the addition of Cisco Ethernet Switch with network capabilities to be installed by the City. B. This interface will provide CAT -5 connections to equipment used in the cabinet as well as fiber connection from the cabinet to the rest of the City fiber network system. C. Shall be designed to operate in the harsh environment of a traffic signal cabinet. 1. Shall conform to the environmental requirements of TS2-2003 v02.06 Section 2. D. Shall be modular in design to provide maximum flexibility for configuration, and efficiency for inventory. E. Shall be designed and supplied with the ability to be managed remotely, using a browser based graphical interface. F. Shall be designed and supplied with intelligence so as to function as a network switch. G. Shall be designed to utilize Virtual LAN's as an integral part of its' minimum capabilities. H. Shall be available with a minimum of eight (8), and a maximum of twelve (12) CAT 5 connections using RJ -45 terminations. I. Shall be available with a minimum of two (2) single mode fiber connections using ST terminations. 2.6 Warranty Statement A. Warranty Coverage 1. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. B. Length of Warranty 1. The term of warranty shall be a minimum of one (1) year from the date of shipment for all equipment. a. Vendor shall state length of warranty in writing. C. Parts Availability 1. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. D. Replacement Coverage 1. All units shall be covered as follows: a. If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being replaced. E. Reliability Clause 1. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. 2. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. 3. The replacement unit's warranty shall be that of a new unit Page 6 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction 4. Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer 5. Shipping and Handling a. During warranty period shipping shall be handled as follows: (1) The City will pay for shipping the unit to the vendor and the vendor will pay for return shipping the repaired unit to the City/ PART 3 EXECUTION 3.1 General Information A. Compatibility Clause 1. This specification covers deviations and extensions above and beyond the standards incorporated. 2. The Terminal Facility, MMU, Cabinet Power Supply and BIU's must be fully compatible with the specifications as listed above. 3. In the case of incompatibility or inconsistency between this specification and those incorporated, this specification shall be followed. B. Documentation 1. All cabinets shall include complete technical, shop drawings, schematic diagrams, photographs, circuit diagrams, graphs, instruction manuals, and any other necessary documents to fully describe the proposed equipment. 2. At the time of delivery, the supplier shall furnish two (2) copies of the programming and operations manuals and two (2) copies of the repair documentation for the equipment. 3. A permanent label / bar code with the serial number and date of manufacture shall be attached to each of the following components: a. Controller Unit (CU) b. Bus Interface Unit (BIU) c. Malfunction Management Unit (MMU) d. Cabinet Shell (on the inside of cabinet door) 4. A list of serial number and manufacturing dates shall be provided with each shipment. C. Warranty Statement 1. Warranty Coverage a. The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. 2. Length of Warranty a. The term of warranty shall be a minimum of twenty-four (24) months from date of shipment for all equipment. b. Vendor shall state length of warranty in writing. 3. Parts Availability a. The supplier of equipment shall be able to provide replacement parts for a minimum of five (5) years after the warranty expires. 4. Replacement Coverage a. All units shall be covered as follows: (1) If a malfunction occurs during the warranty period, the supplier shall, within two (2) weeks after notification, furnish a like unit, module, or auxiliary equipment for use while the warranted unit is being repaired. 5. Reliability Clause a. While under warranty, the isolation and repair of any unit malfunction shall be the responsibility of the supplier. b. Any unit experiencing a total of three (3) failures that has twice been returned to the supplier for repair shall be replaced with a new unit of the same type at no charge to the City. c. The replacement unit's warranty shall be that of a new unit. (1) Note: Malfunctions do not include damage caused by lighting, power surges, negligence, acts of God, or use of equipment in a manner not originally intended by its manufacturer. 6. Shipping & Handling a. During warranty period shipping shall be handled as follows: Page 7 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction (1) The vendor/manufacturer will pay for sending and return shipping of any unit that is to be repaired. PART 4 MEASUREMENT AND PAYMENT 4.1 General A. Measurement and Payment for this item will be as indicated within Section 00 30 00 PROPOSAL FORM. 1. If this item is not indicated within Section 00 30 00 PROPOSAL FORM then it is to be considered subsidiary to the applicable section(s). B. Payment shall fully compensate the Contractor for all required labor, materials, equipment, maintenance, and all incidental expenses which are required to complete the work in accordance with the Drawings and Specifications. THIS PORTION INTENTIONALLY LEFT BLANK Page 8 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 January 2014 City of Corpus Christi Standard Specifications for Construction END OF SECTION Page 9 of 9 TRAFFIC SIGNAL CABINET AND ASSEMBLIES — 34 41 16.23 City of Corpus Christi Standards & Specification August 2, 2010 ITEM 600 TRAFFIC SIGNAL STANDARDS & SPECIFICATIONS 600.1. DESCRIPTION: The purpose of this specification is to describe the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction for the City of Corpus Christi and to provide a consistent set of guideline, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. These specifications pertain to all phases of construction and modifications of new and/or existing traffic signals as shown on the project plans. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the Contract. 600.2. DEFINITIONS: The words defined in the following section shall for the purpose of these specifications have the meanings ascribed to them pertaining to traffic signals. • ASA: American Standards Association. • ASTM: American Society of Testing Materials. • AWS: American Welding Society. • AWG: American Wire Gauge. • Backplate: A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications. • Traffic Engineer: City Traffic Engineer responsible for all operations on streets & local highways within the municipality. • Construction Traffic Coordinator: The person in charge of construction barricading and barricade inspections. • Controller Assembly: The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet. • Controller: That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal. • AEP: American Electric Power. • Detector: A device for indicating, the passage or presence of vehicles or pedestrians. • FHWA: Federal Highway Administration. • Flasher: A device used to open and close signal circuits at a repetitive rate. 600 Traffic Signal General Standards Page 1 City of Corpus Christi Standards & Specification August 2, 2010 • Flash Operation: This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits. • IMSA: International Municipal Signal Association. • Inspector: The Inspector referred to is the person appointed by the City in responsible charge of inspection of the traffic signal elements of a project. On a privately funded project, this person may be an Engineer representing the owner under the guidance of the City Traffic Engineer. • ITE: Institute of Transportation Engineers. • Luminaire: The assembly which houses the light source and controls the light emitted from the light source for roadway illumination Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor. • Manual Operation: The operation of a signal controller unit by means of a hand operated switch. • Mounting Assembly: The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole. • MUTCD: Manual on Uniform Traffic Control Devices. • NEC: National Electrical Code. • NESC: National Electrical Safety Code. • NEMA: National Electrical Manufacturer's Association. • Pedestrian Signal: A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations. • Punch List: The list compiled by the City for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system. • Phase: A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals. • TxDOT: Texas Department of Transportation. • Signal Face: An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the plans. 600 Traffic Signal General Standards Page 2 City of Corpus Christi Standards & Specification August 2, 2010 • Signal Indication: The illumination of a signal section or other device, or of a combination of sections of other devices at the same time. • Signal Section: A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp. • TMUTCD: Texas Manual on Uniform Traffic Control Devices. • Traffic Design Engineer: Person in charge of Traffic Design for the City of Corpus Christi. • Traffic Signal Superintendent: Person in charge of the City Traffic Signals Maintenance & Operations Shop. • Traffic Signal Timing Specialist: Person in charge of the traffic signal coordinated systems & traffic signal timings. • UL: Underwriters Laboratories. • Vehicle: Any motor vehicle normally licensed for roadway use. 600.3. GENERAL INFORMATION: Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: A. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. B. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. Contractor is required to have one certified IMSA Level H Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be on the job -site at all times to supervise construction. Contractor shall provide to the City a Copy of the individual's certification prior to the start of work. C. A pre -construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all material, equipment and work specifications are understood. D. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. 600 Traffic Signal General Standards Page 3 City of Corpus Christi Standards & Specification August 2, 2010 600.4. REGULATIONS AND CODES: A. Electrical Equipment. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. B. Standards. All materials and workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the plans, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. 600.5. INSPECTION PROCEDURES: A. Notification. Prior to beginning any work on any City traffic signal facility, the Contractor shall notify the Traffic Engineering Division and Traffic Signals Operations Dept. one week in advance. Under no circumstances will the City accept work done without this prior contact being made. B. Inspection. The City Construction Inspector assigned to the project shall be responsible for coordination and inspection of all elements of the traffic signal system. The only persons authorized to modify that Inspector's directions is the City Traffic Engineer and/or his Designee. C. Acceptance. Final inspection on City projects as well as privately administered projects, for the purpose of generation of the Punch List, shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Dept. the Contractor and City Construction Inspector. The Contractor shall notify the Traffic Design Engineer and the Traffic Signal Superintendent 48 hours in advance of a desire for fmal inspection. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7) days if new. If the intersection is an existing it could begin its 30 day test period in normal operation described by the City Traffic Engineer. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least 30 days. If a major malfunction occurs within the 30 -day test, the test must be restarted. 600 Traffic Signal General Standards Page 4 City of Corpus Christi Standards & Specification August 2, 2010 E. Underground Traffic Signal Line Locating. When working in and around a signalized intersection the Contractor shall call the City Customer Call Center 361 -826 -CITY (2489) at least 48 hours in advance before of any digging, excavating and directional boring begins. Traffic Signals Operations is not on the "Call before Digging" list so you need to call directly to the City Call Center to request a line locate or the Traffic Signal Shop at (361-826-1610), after hours (361-815-1379). 600.6. EQUIPMENT SUBMITTALS: A. Approval. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. B. Material List. The Contractor shall submit two copies of a complete material list for approval which shall conform to these specifications. The list shall state all relevant information regarding materials and equipment to allow the City to procure exact replacements of any items supplied on the project. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. The materials from catalog cuts shall be clearly indicated by the Contractor. Any material designation used in the contract documents shall be so noted on the material list. If requested, the Contractor shall submit shop drawings for review and approval. C. Pre -Approved Materials. It is the City's intent to keep a "pre -approved" list of equipment for traffic signal projects. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. This list is in no way to be construed as an endorsement of any brand or product. This list is available from the Traffic Engineer Dept, and use of the list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. The Contractor shall be allowed to substitute a reference to an item in the "pre -approved" list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. Such reference shall be sufficiently complete for the City to judge which item is being proposed. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. D. Changes to Approved Materials. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. Proposed changes to the approved materials submittal shall be 600 Traffic Signal General Standards Page 5 City of Corpus Christi Standards & Specification August 2, 2010 submitted in writing. If requested, the Contractor shall submit samples of proposed materials for testing and evaluation by the City. E. Rejection of Material. The City reserves the right to reject an incomplete or unclear material list or submittal. Installation of equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the City, even if the non -approved material might otherwise have been approved had it been properly submitted. F. Submittals. Submittals shall be delivered to the Traffic Engineer Dept. as soon as possible after signing of the contract. Payments to the Contractor may be held if the submittal process is not completed in a timely fashion, considering no equipment can be installed without all submittals being approved. Submittals shall be provided for the following equipment: • Pull Boxes & Lids • Pedestrian Signals • Traffic Signal Heads • LED Lamps (Light Emitting Diodes) • Backplates • Battery Back -Up System (BBS) • Signal Mountings Hardware • Backplates • Video Image Vehicle Detection Systems (VIVDS) • Microwave Detection • Radar Detection • Malfunction Management Units (MMU) • Buss Interface Unit (BIU) • NEMA Load Switches • NEMA Controller and Cabinet • Wood Poles • Span Wire • Pedestrian Pushbuttons • Wire and Cable • Conduit and Fittings • Service Pedestal • AC Service Panel • Surge Arrestors • Breakers • Steel Pole & Arm • Sign Mounting Brackets • Internally Lighted Street Name Sign (ILSN) 600 Traffic Signal General Standards Page 6 City of Corpus Christi Standards & Specification August 2, 2010 600.7. BARRICADING: A. General. Barricading shall be provided by the Contractor as provided for in the plans and requested by the City Traffic Engineer, Traffic Design Engineer, Inspector. The Contractor shall supply his own barricades or employ a legitimate barricading company for this purpose, supplying the Inspector with the responsible party's 24-hour telephone number for emergencies. B. Contractor's Responsibilities. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained. All locations and distances shall be in conformance with the barricading details supplied by the Traffic Design Engineer, the Construction Traffic Coordinator and the Texas Manual on Uniform Traffic Control Devices. Any time a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the Texas MUTCD. Additionally, all locations not in a road project shall have the SIGNAL CONSTRUCTION AHEAD signs and END CONSTRUCTION signs on all approaches of the intersection having the new signals or modification installed. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. C. Contractor Supplied Barricading. If the Contractor elects to do his own barricading, a traffic control plan is required 48 hours (excluding weekends) in advance for approval. D. Lane Closures. Any lane closures or total closures of streets or existing sidewalks must be approved in advance. A 72 -hour notice is required on all lane closures and/or total closures. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. E. Sidewalks. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. F. Materials for Temporary Traffic Control Devices. Reflectorized signs shall be constructed of retro -reflective sheeting and shall be maintained to meet the appearance, color and reflectivity requirements. Paints and coloration of signs shall be equal to the TxDOT standards. All traffic control devices shall conform to the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. Contractors shall furnish copies of certifications from manufacturers of the lights that the warning lights meet the requirements of the ITE Standard for Flashing and Steady Burn Warning Lights, if requested. G. Temporary Signage for Traffic Signal Construction. Signs erected on portable supports normally mean signs which are used during the day to warn or guide traffic through and/or around the actual construction area, but at the end of the day such signs are either removed or 600 Traffic Signal General Standards Page 7 City of Corpus Christi Standards & Specification August 2, 2010 turned away from the view of traffic. Portable supports shall be as shown in the detail. Signs required for nighttime usage should not normally be mounted on temporary supports, except when approved by the Inspector. Signs erected on fixed supports for use on construction projects normally mean signs that are to remain in place for both day and night usage to regulate, warn and guide traffic in advance of and within the limits of the project including the crossroad approaches. However, under certain conditions, such as where a sign may be required for a few days duration and then is no longer needed or where a sign is moved from location to location every few days or where it is not practical or desirable to provide a fixed mounting, such signs may be erected on a temporary support. Signs erected on temporary supports should be at a minimum height of 3 feet. Signs erected on fixed supports should be at a minimum height of 7 feet. All regulatory signs shall be erected at least 7 feet above the ground. Posts for fixed supports should be set in the ground without concrete footings. Where portable or temporary supports require the use of weights to keep the sign or barricade from turning over, the use of some type of sandbag is recommended. The use of pieces of concrete, rocks, iron, steel or other solid objects will not be permitted. Signing shown on the details is typical and may be adjusted to fit field conditions. No more than 2 signs shall be placed on a barricade. H. Visibility of Signals. The Contractor shall be responsible for maintaining appropriate visibility of new or existing signals. The contractor will be responsible for temporary signals or signal relocations necessary to meet the visibility requirements in the Texas MUTCD when traffic is detoured to another part of the roadway even if no other signal work is part of the Contract. 600.8. SIGNAL SHUTDOWNS: A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly -constituted peace officers in their jurisdiction for directing traffic. Security guards are not considered as police officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. The Contractor shall plan ahead and consider this when planning his project strategy. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in 600 Traffic Signal General Standards Page 8 City of Corpus Christi Standards & Specification August 2, 2010 operation before the old signals are removed. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 600.9. CITY SUPPLIED MATERIALS: The City shall not supply nor lend out equipment on a contract -deduction as is or any other basis unless such arrangement is so stated in the plans or approved by the Traffic Design Engineer. 600.10. UTILITY LOCATIONS: The locations of utilities shown on the plans are approximate. All involved utilities, tunnels, and storm drains may not be complete on the plans, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. Damage to any utility or existing facilities (including detector loops not involved in the project) shall be repaired or replaced at the Contractor's expense. Existing loop detectors damaged or broken by the Contractor shall be replaced with either video detection equipment or Microwave/Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 600.11. MAINTENANCE DURING CONSTRUCTION: A. General. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Contractor. The City shall have no maintenance or construction responsibilities during construction except for the timing in the controller cabinet itself. B. Detours. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. A min of two signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. C. Left Turns. Where left turn arrows presently exist and a one -lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s) be eliminated temporarily by the Contractor to facilitate traffic movement. D. Damage to Signals by Contractor. In the event that the Contractor or his sub -contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. It will 600 Traffic Signal General Standards Page 9 City of Corpus Christi Standards & Specification August 2, 2010 also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at it's option send an on -duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. Any and all cost incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 600.12. CABLE SPLICING POLICY. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. The only exception is on span wire signal installations where individual feed cables enter the main cable from the signal heads. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. At no time shall any cable be permitted to be spliced in a pull box. 600.13. SIGNAL TURN-ON'S: A. City Approval. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.) to be turned on safely. The City Traffic Engineer or Designee shall make this determination. B. Manual Flash Mode. Unless otherwise shown on the plans, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for 7 days before the system is switched on to cycling mode. C. Placing Signals in Service. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept. to conduct an inspection to verify that there are no other circumstances that would delay the turn -on. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee! 600 Traffic Signal General Standards Page 10 City of Corpus Christi Standards & Specification August 2, 2010 600.14. LOCATING OF FACILITIES: A. The Contractor shall locate poles, controllers, etc., as shown in plans. Slight less than three feet) deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, or otherwise not conform to the intent of the plans. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. The Contractor shall bear in mind that electrical plans are somewhat diagrammatic in nature when it comes to conduit routing and adjustments which may be necessary in the field. B. Ground Boxes: Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. No splices will be allowed in the ground boxes. If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. If ground boxes & covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. Traffic Signal Operations will inspect the work before pouring the concrete. 600.15. PRESERVATION OF SOD, SHRUBBERY AND TREES: The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the owner. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 600.16. REMOVAL AND REPLACEMENT OF CURBS AND WALKS: The Contractor shall secure permission from the City Inspector before cutting into any curbs and sidewalks. Sidewalk slabs that require conduit or other facilities to be placed in or beneath them shall be neatly saw cut at the closest expansion or cold joint and the entire slab removed and replaced. Saw cutting slots through slabs is considered unsightly and will not be tolerated. Exceptions to this may be approved by the Traffic Design Engineer only on conduit runs in excess of 50 feet that are not bored. After the work is complete, the Contractor shall restore facilities which have been removed to the equivalent of their original condition or better. 600 Traffic Signal General Standards Page 11 City of Corpus Christi Standards & Specification August 2, 2010 600.17. PERMITS: The Contractor shall obtain all permits and inspections as required. Cost of these permits is the responsibility of the Contractor and is subsidiary to the various items in the project. 600.18. SALVAGED EQUIPMENT: A. Salvaged Equipment. Equipment not reused in the new signal system shall be removed by the Contractor. Salvaged poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. B. Notification. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. C. Damaged Equipment. All equipment damaged or destroyed by improper care, handling, or transport shall be replaced with new equipment. The Contractor shall remove from the jobsite and dispose of any non -salvaged items and old wire. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. 600.19. CLEANUP: The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. Dirt areas shall be raked clean. No scraps or debris of any kind shall be left at the site. 600.20. WARRANTY: Unless otherwise noted on the plans or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one year from the date of acceptance. 600.21. AS -BUILT PLANS: The Contractor shall supply the City Traffic Engineer and Traffic Signal Operations Shop with redlined blueprints of any and all field changes and alterations for a file copy on all projects with traffic signals for the City. This set of As-Builts is in addition to and separate from any other As -Built requirements in that contract. 600.22. MEASUREMENT AND PAYMENT: Requirements of this Item shall not be measured or paid for directly and are considered subsidiary to the other governing items specified for the project. 600.23. BID ITEM: 600 Traffic Signal General Standards Page 12 City of Corpus Christi Standards & Specification August 2, 2010 N/A 600 Traffic Signal General Standards Page 13 City of Corpus Christi Standard Specification for Construction July 29, 2010 ITEM 618 CONDUIT 618.1. DESCRIPTION: Furnish and place conduit. 618.2. MATERIALS: Provide new materials that comply with the details on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When Specified on the plans, provide: a. Rigid metal (RM) conduit that is hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with the Texas Department of Transportation (TxDOT) Standard Specification Item 445, "Galvanizing." b. Electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion -resistant material. c. Polyvinyl chloride (PVC) conduit that meets the requirement of NEMA Standard TC -2, UL 651, and the NEC. d. High -Density Polyethylene (HDPE) conduit without factory installed e. Flexible conduit that is liquid tight. Furnish conduit from new materials that comply with TxDOT DMS -11030, "Conduit." Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure cast fitting. Steel compression fittings are permissible. When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using a electrically heated wound wire resistance welding method. Use Red 3 -inch 4 -mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 618.4. Construction: Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Install conduit a minimum of 18 inches deep underground unless otherwise shown on the plans. a. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Item 618 Conduit Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 b. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4 -inch taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or a directed. Fasten conduit within 3 -ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2 -Hole type clamps for 2 -inch diameter or larger conduit. c. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. d. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with "Item 400, Excavation, Trenching and Backfilling." Excavation and backfilling will be subsidiary to the installation of the conduit. e. Jack and bore as shown on the plans or as directed, and in accordance with "Item 406, Jacking, Boring, or Tunneling." f. Place warning tape approximately 10 -inch. Above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. Mark conduit location as directed. 618.5. Measurement: Conduit will be measured by the foot of conduit. a. This a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurement or calculations will be made if adjustments of quantities are required. b. Boring through soil or rock will be measured in accordance with "Item 406 Jacking, Boring or Tunneling." 618.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for Item 618 Conduit Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 "Conduit" of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, excavation, and furnishing and placing backfill; replacing pavement structure, sod, rip -rap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, junction boxes and expansion joints; and equipment, labor, tools and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundation. 618.7. Bid Item: Item 618.1 Conduit Item 618.2 Conduit Item 618.3 Conduit Item 618.4 Conduit Item 618.5 Conduit Item 618.6 Conduit Item 618.7 Conduit Item 618.8 Conduit Item 618.9 Conduit (2-inch/PVC (3-inch/PVC (4-inch/PVC (2-inch/PVC (3 -inch/PVC (4-inch/PVC (2-inch/PVC (3 -inch/PVC (4-inch/PVC schedule 40) per foot schedule 40) per foot schedule 40) per foot schedule 40) (Bore) per foot schedule 40) (Bore) per foot schedule 40) (Bore) per foot schedule 40) (Bore Rock) per foot schedule 40) (Bore Rock) per foot schedule 40) (Bore Rock) per foot Item 618 Conduit Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 620 Electrical Conductors 620.1. Description: Furnish and place electrical conductors, except conductors specifically covered by other Items. 620.2. Materials: Provide new materials that comply with the details on the plans and the requirements of this Item. Use solid insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC and City of Corpus Christi requirements. a. Electrical Conductors. Furnish electrical conductors in accordance with Texas Department of Transportation DMS -11040, `Electrical Conductors." b. Suppliers. Provide electrical conductors from manufacturers pre -qualified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of pre -qualified electrical conductor manufacturers. c. Grounding Conductors. Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. d. Wire Colors. Use white insulation for grounded (Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 620.5. Measurement: The Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurements or calculations will be made if adjustments of quantities are required. Item 620 Electrical Conductors Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 620.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Conductors" of the type and size specified. This price full compensation for furnishing, installing and testing electrical conductors and for equipment, labor, tools and incidentals, except that: a. Conductors used in connecting the components of electrical services will be paid for under "Item 628, Electrical Services." b. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. 620.7. Bid Item: Item 620.1 Electrical Conductors (No. 6 Bare) per foot of each single conductor Item 620.2 Electrical Conductors (No. 8 Bare) per foot of each single conductor Item 620.3 Electrical Conductors (No. 6 Insulated) per foot of each single conductor Item 620 Electrical Conductors Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 IIT IE; M 624 GROUND BOXES 624.1. Description: Construct, ftrrni.s'h, and install ground boxes complete with lids. 620.2. Materials: Provide new materials that comply with the details shown on the plans and meet the following requirements: A. Precast Polymer Concrete Ground Boxes. Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with Texas Department of Transportation DMS -11070, "Ground Boxes." B. Concrete Apron. Construct a concrete apron, when shown on the plans, in accordance with Item 300, "Concrete," and Item 301, "Reinforcing Steel," C. Supplier. Provide ground boxes from manufacturers prequalified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of prequalified ground box manufacturers. 1. Type A: 1 l .5 in. x.21 in. x 10 in. (122311) 2. Type B: 11.5 in, x 21 in. x 20 in. (122322) 3. Type C: 15.25 in. x 28.25 in. x 10 in. (162911) 4. Type D: 15.25 in. x 28.25 in. x 20 in. (162922) 5. Type E: 11.5 in. x 21 in. x 16 in. (122317) Ensure ground box withstands 600 lbs per square foot applied over the entire sidewall with less than- 'A in. deflection per foot length of box. Ensure ground box and ground box cover withstand a test loading of 20,000 lb. over 10 in. by 10 in. area centered on the cover with less than Y2 in. deflection. Meet Western Underground Standards 3.6. 624.3. Equipment: Provide the machinery, tools, and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and worlunanlike manner. 624.4. Construction; Construct and/or place ground boxes in accordance with the appropriate requirements of the Items shown in Section 624.2 "Material." 624.5. Measurement: This Item will be measured by each ground box complete in place. 624.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Ground Boxes" of the types and sizes specified. This price is full compensation for excavating and backfilling; construction, furnishing, and installing the ground boxes and concrete aprons when required; and equipment, labor, material, tools, and incidentals. Item 624 Ground Boxes Page 1 City of Corpus Christi Standard Specification for Construction 624.7. Bid Item: Item 624.1 Item 624.2 Item 624.3 Item 624.4 Item 624.5 each. Item 624.6 each. Item 624.7 each. Item 624.8 per each. Ground Boxes Type Ground Boxes Type Ground Boxes Type Ground Boxes Type Ground Boxes Type Ground Boxes Type Ground Boxes Type Ground Boxes Type Halo for �/ bolt with rern a for hcod. PLAN VIEW 1,4 July 29, 2010 A: 11.5 in. x 21 in. x 10 in. (122311) per each. B: 11.5 in. x 21 in, x 20 in. (122322) per each. C: 15.25 in. x 28.25 in, x 10 in. (162911) per each D: 15.25 in. x 28.25 in. x 20 in. (162922) per each. A: 11.5 in. x 21 in. x 10 in. (122311) With Apron per B: 11.5 in. x 21 in. x 20 in. (122322) With Apron per C: 15.25 in. x 28.25 in. x 10 in. (162911) With Apron per D: 15.25 in. x 28.25 in. x 20 in, (162922) With Apron J K END GROUND BOX COVER 51 DE GROUND BOX COVER DIMENSIONS BOX DIMENSIONS (INCHES) SIZE 14 1 J K L M N P A, EINE 23 ''/, 23 13 3; 131/2 g ye SA 1 3, 2 C t D 30 jz 30 1/4 17 '/s 17 '/4 13 y/ 834 1 % 2 Item 624 -Ground Boxes Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 Legibly imprint the cover with the appropriate message from the following table in letters at least 1 in. high: For Ground Boxes Containing Wiring for Label with Message "Danger High Voltage Traffic Signals" Traffic signal systems and systems that contain illumination powered by the signal electrical service. Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" Sign illumination systems "Danger High Voltage Sign Illumination" "Danger High Voltage" Other electrical systems not shown above Item 624'Ground Boxes Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 628 Ellectrienil Services 628.1. Description: a. Installation. Furnish and install complete and independent points of electrical service. b. Removal. Remove electrical service. 628.2. Materials: Provide materials that comply with the details shown on the plans, requirements of this Item, and the pertinent requirements of the following Items. a. Steel Structures. Texas Department of Transportation (TxDOT) Standard Specification Item 441, "Steel Structures" b. Galvanizing. TxDOI' Standard Specification Item 445, "Galvanizing" c. Anchor Bolts. TxDOT Standard Specification Item 449, "Anchor Bolts" d. Conduit. Item 618, "Conduit" e. Electrical Conductors. Item 620, "Electrical Conductors" f. Treated Timber Poles. Item 627, "Treated Timber Poles" g. Foundations. Item 656 Foundations for Traffic Control Devices. h. Electrical Services. For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with TxDOT DMS -11080, Electrical Services. i. Suppliers. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. The TxDO'1' Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.2. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. For installations of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA and that comply with DMS -11080, "Electrical Services." 628.3. Construction: Perform work in accordance with the details shown on the plans and the requirements of this Item. Rein 628 Electrical Service Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 A. Installation: Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. B. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2 -ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surface such asphalt pavement or concrete rip -rap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct. Cut off all protruding conduit or duct 6 -in, below finish grade. Abandoned conduit or duct need not be removed unless shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 628.5. Measurement: This item will be measured by each electrical service installed or removed. 628.6. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Services" oldie types specified or "Removed Electrical Services." A. Installation. This price is full compensation for paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing, and connecting all components including poles, service supports, foundation, anchors bolts, rip -rap, enclosures, switches, breakers, conduit (from the service equipment including the elbow below ground), brackets, bolts, hangers, and hardware; and equipment, labor, tools, and incidentals. Cost for utility -owned power line extensions, connection charges, meter charges, and other charges will be paid for by the City. The City will reimburse the contractor only the amount billed by the utility. No additional amount for supervision of the utility's work will be paid B. Removal. This price is full compensation for coordinating with the utility company to disconnect and isolate the electrical service; removing the service supports; backfilling holes; and equipment, labor, tools, and incidentals. Item 628 Electrical Service Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 628.7. Bid Item: Item 628.1 Electrical Services — per installation Item 628.2 Remove Electrical Services — per removal Item 628 Electrical Service Page 3 City of Corpus Christi Standard Specification for Construction November 18, 2010 Item 635 Internally Illuminated Street Name Sign 635.1. Description: LED Edge Lit, Internally Illuminated Street Name Signs. 1. The internally illuminated street name sign (ILSN) should comply with the materials standards outlined in the Mechanical, Materials, Electrical, and Optical Performance ratings of this specification. This specification shall govern for LED (light emitting diode) Edge Lit, Internally Illuminated Street Name Sign attached to a traffic signal mast arm pole. 635.2. Mechanical: Sign Dimensions. 1. The LED ILSN shall be capable of being constructed in standard width from 4 -ft, 6 -ft & 8 -ft. length. 2. The height of the signs shall be a minimum of 15 -inches and a maximum of 30 -inches for viewing at up to 500 feet. 3. The sign should be a maximum depth of 1.65 -inches for single sided signs and double sided sign. Environmental Requirements: 1. The sign fixture shall be designed and constructed to prevent deformation or failure when subjected to 150 MPH wind loads and 1.14 gust factor and ice loading as per AASHTO LTS-4 2001. 2. The ILSN shall be able to withstand and operate at temperature extremes of -40° Fahrenheit to 125° Fahrenheit. 3. The ILSN should be able to withstand salt spray and moisture conditions. 635.3 Materials A. Material: 1. All materials furnished by the Manufacturer/Vendor/Contractor shall be in accordance with the National Electrical Code (NEC). 2. The ILSN signs shall have a single side message or double side message as determined by the City Traffic Engineer or approved designee with a background color and paint filled into the acrylic. 3. The Manufacturer/Vendor shall supply a shop drawing submittals on the fixtures, sign, sign message and mounting hardware. 4. The materials used in the sign shall be the following or their equivalent: a. Protection face: Lexan with ultra violet protection, abrasive and mar resistance. b. Sign Face: Cast Acrylic 9mm. c. Sign Back: Extruded Acrylic 3mm. d. Aluminum Back Plate: Utility aluminum 1/8 -inch. Item 635 Internally Illuminated Street Name Sign Page 1 City of Corpus Christi Standard Specification for Construction November 18, 2010 e. Top and Bottom Extrusion: Extruded aluminum alloy 6063, powder coated black that is able to withstand the salt air conditions in Corpus Christi, Texas. f. End Caps: Utility aluminum gauge 12. g. Mounting Brackets: Utility aluminum 1/8 -inch. h. All fasteners shall be stainless steel. B. Housing: 1. The sign frame/housing and backing (single sided sign) shall be formed and manufactured out of extruded aluminum alloy 6063 with a minimum tensile strength of 20,000 ksl. 2. The sign frame and backing (single sided sign) shall be finished with a durable powder coated process that is able to withstand salt air conditions in Corpus Christi, Texas. 3. The sign frame and housing shall incorporate stainless steel fasteners to secure the sign in the closed position. 4. Weep holes shall be located at strategic points in the bottom of the housing assembly to allow drainage of condensation. The sign shall be able to operate in high humidity conditions. 5. The design of the housing shall afford provisions for a continuous gasket between housing and protection face and aluminum back plate to resist entrance of moisture, dirt insects. Gaskets between sign panel frame and panel shall be closed cell neoprene rubber installed in the frame channel to prevent the gasket from slipping or moving out of position. C. Sign Sheeting Panel: 1. The sign panel shall be slide mounted into the frame. 2. The entire surface of the sign panel shall be evenly illuminated so that the surface of a 1 -ft x 1 -ft section of the sign has a light output of a minimum of 50 candela power per square meter with a maximum degradation of 15 candela power per square meter after 5 years. 3. The protection face panel shall be a translucent panel of high impact UV resistant plastic/acrylic material able to withstand 5 years of <400nm UV light. All surfaces shall be free of blemishes in the plastic or coating that might impair the service or detract from the general appearance and color matching of the sign. 4. 3M Electrocut Film Green with White Letter with MUTCD Clear -view Font, HWY (E) Series B, C, D, E modified. D. Hardware: 1. Unless otherwise specified the sign shall be single sided fixed mount to the mast arm that accepts a Pelco Astro-Brac AS -3009 or equivalent. 2. All fasteners, screws nuts, bolts, and hardware for sign attachment shall be stainless steel type on the fixture. 3. All wiring connections within the sign fixture shall terminate through an U.L. approved junction box. Item 635 Internally Illuminated Street Name Sign Page 2 City of Corpus Christi Standard Specification for Construction November 18, 2010 4. All conductors inside the sign fixture and on the load side of the power source shall be U.L. listed appliance material (AWM) stranded copper wire with thermoplastic insulation. 635.4 Electrical: A. Light Source: 1. The LED ILSN sign light module shall be composed of white LED's with a minimum viewing angle of 110° mounted on rugged metal boards consuming no more than 1.5 Watts per linear foot, with a thermal resistant path from the LED pin to the most external surface of the aluminum extrusion of no more than 20°C/Watt at an ambient temperature of 25°C to reduce wear and tear on the individual LED's and to extend useable lifetime. The LED light module should be thermally coupled directly to the aluminum extrusion using thermal adhesive transfer tape. 2. The LED light module should be mounted to project light into the border of an optically coupled light panel. 3. The light panel redirects the light to create a uniform illuminated plane with a minimum of 50 candelas per meter squared at initial turn on and no less than 15 candelas per meter squared after 5 years. B. Electrical Source/Power Supply: 1. The sign shall be powered by 120 -volts AC to 12 -volts DC Class II UL approved grid utility source. 2. The power source should be capable of powering an individual sign. C. Auto On/Off Switch: 1. An automatic On/Off photocell sensor located either before the sign power supply or on the initial LED light module shall control the sign. 2. In the event that the photocell sensor is to be located on the initial LED module, it should be mounted as the first electrical contact point in the sign and should be mounted directly adjacent to the first LED module. 3. The maximum power per foot of sign shall not be exceed 1.5 watts. D. Surge/Induced Lightning Protection: 1. A protection circuit shall be included to provide up to 100 -watts of protection for 1 millisecond pulse to protect against transients induced by lightning and inductive load switching. 2. The protection circuit should be integral to the first LED light module in the street name sign. 635.5 Optical Performance: 1. The sign shall have a contrast ratio of 4:1 minimum. Item 635 Internally Illuminated Street Name Sign Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 655 Controller Foundation 655.1. DESCRIPTION: The purpose of this ,specification is to describe a controller foundation JriNEMA type controller cabinets for a TS -2 Type NEMA controller cabinet. The work shall include furnishing and installing anchor bolts, concrete, reinlfimcing materials, excavation, post with fittings, ground rod, pull box, conduit, and other incidentals required for a complete f undation as shown on the detail. 655.2. MATERIALS: A. Concrete. Concrete shall be 3,000 psi strength at 28 days. B. Polymer Concrete. TxDOT Standard "Traffic Signal Controller Cabinet Base and Pad" TS -CF -04 C. Anchor Bolts. Anchor bolts shall be completely galvanized and of the dimensions shown on the Standard Detail. D. Ground Box. One Type C Ground Box, unless otherwise shown on the plans. E. Other. All other materials shall be as shown on the Standard Detail. 655.3. EQUIPMENT: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 655.4. CONSTRUCTION: A. Controller Foundation. 1. Placement of anchor bolts shall be as shown on the plans. Failure to properly locate the bolts may be cause for the Contractor to demolish the improper foundation and reconstruct to the proper dimensions. 2. Concrete slab and concrete block on which the cabinet will sit shall be poured as one unit. 3. Concrete shall have a smooth finish free of brush marks or other mars. 4. Cabinets may be set on foundations atter they have set a minimum of 72 hours. Cabinets scratched, dented or otherwise damaged prior to final acceptance shall be repaired to the City's satisfaction at no cost to the City. 5. Standard foundations shall contain two 4 inch conduits to the pull box next to the cabinet, 1 inch conduit drain that is cut flush with the concrete surface inside the cabinet, and fitted with a screen on the outside end. Two 1 ''A inch conduits and one 1 '/a inch conduit, Item 655 Controller Foundation Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 6. The slab around the block shall sit above the surrounding grade two to four inches and shall be sloped slightly for drainage. 7. A 5/8 inch x 8 -foot copper weld ground rod shall be installed in the pull box as shown in the detail. 655.5. MEASUREMENT: A. Controller Foundation. Controller foundations shall he measured for payment by the number of units each, in accordance with the plans and specifications. 655.6. PAYMENT: A. Controller Foundation. The accepted number of controller foundations will be paid for at the contract unit price which shall be full compensation for the controller foundation, installation, and incidentals. 655.7. 13I1) ITEM: Item 655.1 — NEMA Type Controller Foundation - per each Item 655 Controller Foundation Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 Il item 680 lnstalHattion of Highway Traffic Signals 680.1. DESCRIPTION: Install highway traffic signals. 680.2. MATERIALS: Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements. Furnish new materials. Ensure all materials and construction methods conform to the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following items: A. Roadway Illumination Assemblies. Texas Department of Transportation (TxDOT) Standard Specification Item 610, "Roadway Illumination Assemblies" B. Zinc -Coated Steel Wire Strand. Item 625, ".Zinc -Coaled Steel Wire Strand" C. Treated Timber Poles. Item 627, "Treated Timber Poles" D. Plywood Signs. Item 634, "Plywood Signs" E. Aluminum Signs. Item 636, "Aluminum Signs" F. Foundations for Traffic Control Devices. Item 656, "Foundations for Traffic Control Devices" G. Controller Assemblies. Provide controller assemblies that meet the requirements of Item 601 Traffic Controller Unit and the details shown on the plans. H. Flasher Assemblies. Item 685, "Flashing Beacon Assemblies" I. Suppliers. Provide control and flasher assemblies from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified control and flasher assembly manufacturers. J. Sampling and Testing. Sampling and testing of traffic signal controller assemblies will be done in accordance with TxDOT Standard Test Method Tex -1170-T. 680.3. EQUIPMENT: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 680.4. CONSTRUCTION: Install traffic signal controller foundations in accordance with Item 655, "Controller Foundation and Pedestal Posts." Item 680 Installation of Highway Traffic Signals Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 A. Electrical Requirements. 1. Electrical Services. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the plans. Unless otherwise shown on he plans, install 120 -volt, single-phase, 60 -Hz AC electrical service. 2. Conduit h-istall conduit and fittings of the sizes and types shown on the plans. Conduit of larger size than that shown on the plans may be used with no additional compensation, providing that the same size is used for the entire length of the conduit run. Extend conduit in concrete foundations 2 to 3 in. above the concrete. Seal the ends of each conduit with silicone caulking or other approved sealant after all cables and conductors are installed. 3. Wiring. Unless otherwise shown on the plans, furnish solid No. 14 AWG conductors. Install above -ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles. Make power entrances to ground -mounted controllers through underground conduit. Wire each signal installation to operate as shown on the plans. Attach ends of wires to properly sized self -insulated solderless terminals. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Place pre -numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Splices will not be permitted except as shown on the plans, unless the Engineer approves each individual splice in writing. Make all allowed splices watertight. 4. Grounding and Bonding. Ground and bond the conductors in accordance with the N.E.C. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than 1 ohm. Install a continuous bare or green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. B. Controller Assemblies. Construct controller foundations in accordance with Item 655, "Controller Foundation and Pedestal Posts." Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. Scal any space between conduit entering the controller and the foundation with silicone caulk. Deliver the keys for the controller cabinets to the Engineer when the contract is complete. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet, C. Timber Poles. Furnish ANSI Class 2 timber poles other than for electrical services in accordance with details shown on the plans. Item 680 Installation of Highway Traffic Signals Page 2 City of Corpus Christi Standard Specification for Construction July 29,2010 D. Preservation of Sod, Shrubbery, and Trees. Replace sod, shrubheiy, and trees damaged during the Contract. E. Removal and Replacement of Curbs and Walks. Obtain approval from the Engineer before cutting into or removing walks or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks removed equivalent to original condition after work is completed, to the satisfaction of the Engineer. F. Sign Lighting. Attach sign lighting to traffic signal equipment as shown on the plans. G. Intersection Illumination. Construct luminaires on signal poles as shown on the plans. H. Test Period. Operate completed traffic signal installations continuously for at least 30 - days in a satisfactory manner. If any Contractor -furnished equipment fails during the 30 - day test period, repair or replace that equipment. This repair or replacement, except lamp replacement, will start a new 30 -day test period. Replace materials that arc damaged or have failed prior to acceptance. Replace failed or damaged existing signal system components when caused by the Contractor. The City will relieve the Contractor of maintenance responsibilities upon passing a 30 -day performance test of the signal system and acceptance of the contract. 680.5. Measurement: This Item will be treasured as each signalized intersection controlled by a single traffic signal controller. 680.6. Payment: The work performed and materials furnished in -accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Installation of Highway Traffic Signals" of the type (isolated, system, or flashing beacon) specified. This price is full compensation for furnishing, installing, and testing the completed installation, controller and associated equipment, luminaires, signs and sign lights mounted on signal equipment, timber poles, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees; removal and replacement of curbs and walks; and equipment, labor, tools, and incidentals. The City will pay for electrical energy consumed by the traffic signal. New drilled shaft foundations for traffic signal poles will be paid for under item 308, "Drilled Shafts And Under -Reamed Foundations?' Controller foundations will be paid for under Item 655, "Traffic Signal Controller Foundation." New conduit will be paid for under Item 618, "Conduit." New electrical conductors will be paid for under Item 620, "Electrical Conductors." New ground boxes will be paid for under itein 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." New vehicle and pedestrian signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." New traffic signal cables will be paid for under Item 684, "Traffic Signal Cables." New traffic signal pole assemblies will be paid for under Item 686, "Traffic Signal Pole Assemblies (Steel)." New traffic signal detectors will be paid for under Item 688, "Pedestrian Detectors and Vehicle Loop Detectors." Item 680 Installation of Highway Traffic Signals Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 680.7. BID ITEM: Item 680.1 - Installation of Highway Traffic Signals [Isolated] - per each Item 680.2 - Installation of Highway Traffic Signals [System] - per each Item 680 Installation of Highway Traffic Signals Page 4 City of Corpus Christi Standard Specification for Construction October 21, 2010 Item 682 Vehicle and Pedestrian Signal Head 682.1 Description: Furnish and install vehicle and pedestrian signal heads. 682.2 Materials: Furnish only new materials. A. Definitions. 1. Back Plate. A thin strip of material extending outward from all sides of a signal head. 2. LED Optical Unit. The LED lens and associated supporting parts in a signal section. 3. Louver. A device mounted to the visor restricting signal face visibility. 4. Signal Section. One housing case, housing door, visor, and optical unit. 5. Signal Face. One section or an assembly of 2 or more sections facing one direction. 6. Signal Head. A unidirectional face or a multidirectional assembly of faces, including back plates and louvers when required, attached at a common location on a support. S. General. Provide vehicle signal heads in accordance with Texas Department of transportation (TxDOT) DMS -11120, "Vehicle Signal Heads," Provide vehicle signal heads from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified vehicle signal head manufacturers. Provide pedestrian signal heads in accordance with TxDOT DMS -11130, "Pedestrian Signal Heads" and Item 683, "LED Countdown Pedestrian Signal Module." Provide pedestrian signal heads from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified pedestrian signal head manufacturers. Supply only black polycarbonate signal head components that are of the same material and manufacturer for any one project. Use stainless steel bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals arc selected or insulated to prevent Co1Tosl011. Use closed -cell silicone or closed -cell neoprene gaskets. 682.3. Equipment: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Item 682 Vehicle and Pedestrian Signal Head Page 1 City of Corpus Christi Standard Specification for Construction October 21, 2010 682.4. Pedestrian Signal Design Requirements. 1. The pedestrian signal housing shall be of a quick side mount pole attachment single section clam shell with molded polycarbonate components. Housing shall be polycarbonate ultraviolet stabilized material. Clamshell housing shall be at least 0.09 in. thick and ribbed so to produce the strongest possible assembly consistent with lightweight. All screws, latching bolts and hinge pins shall be "304 grade" stainless steel. Weather resistant gasket shall be provided on all housing openings. 2. The door shall be attached to the housing with two hinged lugs on the side of the door and shall be fitted with easily removable stainless steel hinge pins. Two latch lugs on the door side shall permit positive sealing between the door and housing. 3. The clamshell will be drilled on both side's right & left of housing for side mount hinging. Holes will be plugged with rubber caps. 4. The visor shall be of a sunscreen design projecting no more than two (2) inches from the door. It will be flat black in color and removable & replaceable in design. 5. Terminal block shall be part of the side mount to allow wiring of the intersection before -the pedestrian signal is mounted. Separate connection points are provided for each socket wire on one side of the terminal block (of the quick disconnect type). On the opposite side of the terminal lug, terminals shall be provided for field connection wire. All terminal positions shall be permanently marked for identification. 6. A side mount attachment to pole of 4 %2 inch or larger shall be provided. The side mount shall be of a single piece polycarbonate and shall have a gasket to form a watertight bond to the signal head housing. The side mount may be attached to either side of the housing. Attachment to the pole can be by stainless steel strapping or using Y2 inch bolts. Opening of the signal door shall be of a design to allow either left or right swing. 682.5. Traffic Signal Design Requirement. 1. The traffic signal head shall be constructed of sturdy polycarbonate resin, and shall be ultraviolet stabilized material having a minimal tensile strength of 8,000 psi. All screws, latching bolts, and hinge pins shall be stainless steel. 2. The signal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy duty serrated ring, which will allow positive orientation in 5 -degree increments. The housing shall be one piece and shall be complete with openings left and right to accommodate standard 1 'fz inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be Flat Black in Color. Item 682 Vehicle and Pedestrian Signal Head Page 2 City of Corpus Christi Standard Specification for Construction October 21, 2010 3. The housing door shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged lugs and pins. Neoprene gasket shall be provided between the door and housing. The door shall be Flat Black in Color. A removable polycarbonate tunnel visor shall be mounted onto the door by means of four stainless steel screws. The tunnel visor shall be Flat Black in Color. The signal heads shall have a louvered back plate. 4. The LED assembly shall be seated in a neoprene gasket, which fits into the lens mounting cavity on the door. The Lens shall be held in place by four retaining slotted clips and fastened with four stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools. 682.6. Equipment: Provide the machinery, tools and equipment for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike nnamner. 682.7. Construction: A. Assembly. Assemble individual signal sections in multi -section faces in accordance with the manuf'acturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with the manufacturer's recommendations. Close any openings in an assembled signal head with a plug of the same material and color as the head. 13. Wiring. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi section signal face to the section terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. 682.8. Measurement: This Item will be measured by each vehicle signal section, pedestrian section, back plate, and louver. 682.9. Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestrian Signal Section," "Vehicle Signal Section with Back Plate," or "Louver," of the types and sizes specified. This price is full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, LED countdown modules, lenses and optics; mounting attachments; and equipment, labor, tools, and incidentals. Item 682 Vehicle and Pedestrian Signal Head Page 3 City of Corpus Christi Standard Specification for Construction October 21, 2010 682.10. Bid Item: Item 682.1 Install 12 inch Vehicle Signal Section with Back Plate (3 section) per each Item 682.2 Install 12 inch Vehicle Signal Section with Back Plate (4 section) per each Item 682.3 Install 12 inch Vehicle Signal Section with Back Plate (5 section) per each Item 682.4 Install Pedestrian Signal Section (16 inch) w/LED Countdown per each Item 682.5 Install 12 inch Louver Back Plate (Adjustable) per each Item 682 Vehicle and Pedestrian Signal Head Page 4 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 683 LED Pedestrian Signal Countdown Module ule 683.1. Description: The intent of the this specification is to define the minimum acceptable design and operational requirements for a pedestrian signal module that displays the ITE standard "Hand / Man", with a countdown of pedestrian time using LED technology. 683.2. Materials: Ensure electrical materials and construction methods conform to the current National Electric Code (NEC) and additional local utility requirements. Materials used for the lens and LED nodule construction shall conform to ASTM specifications where applicable. Enclosures containing the power supply and electronic components of the LED module shall be made of UL94V0 flame retardant materials. The lens of the LED Module is excluded from this requirement. Furnish new materials, Ensure all materials and construction methods conform to the requirements of this Item and the following pertinent requirements: A. Signal Head. Item 682, "Vehicle and Pedestrian Signal Heads." B. Controller. Item 601, "Traffic Signal Controller." C. Signal Indications. "Pedestrian Traffic Control Signal Indications" published in the Equipment and Materials Standards of the Institute of Transportation Engineers, (referred to in this document as "PTCSI"). D. National Electric Code (NEC) E. American Society for Testing and Materials (ASTM). 6833. Equipment: Provide the machinery, tools -and equipment necessary for proper installation. of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 683.4. Construction: A. General. 1. Modules designed as retrofit replacements for existing pedestrian signal indication lamps shall not require special tools for installation. Retrofit replacement modules shall fit into existing pedestrian signal housings built for the PTCSI size stated in Section 1 of the "Walking Person" and "Hand" icon pedestrian signal indication Standard without modification to the housing, 2. All LED's used shall be rated for 100,000 hours of continuous operation over a temperature range of -40°C to +74°C. The nodules shall be rated for a minimum life of 72 months. Modules shall. meet all parameters of this specification throughout this 72 -month period. Installation of a retrofit replacement module into existing pedestrian signal housing shall only require the removal of the existing optical unit components, i.e. lens, lamp module, gaskets, and reflector; Modules shall be weather tight and fit securely in the housing; and shall connect directly to existing electrical wiring. Item 683 Pedestrian Countdown Signal Module Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 B. The Module. 1. The retrofit module shall be capable of replacing the optical unit. The modules lens maybe a replaceable part without the need to replace the complete unit. The walking person and hand icons (16"x18") shall be full display (not outlines). The countdown digits shall be made up of two rows of LED's. Each digit shall be a minimum of seven (7) inches high and three (3) inches wide. 2. For each nominal message bearing surface (module) size, use the corresponding IT (height) and W (width): Bearing Surface Module Size Icon Height Icon Width Countdown Height Countdown Width H (16x18) in. min. 7 in. 7 in. min. 9 in. 6.5 in. 3. The unit shall not have any attachments or options that will allow the mode to be changed from counting the clearance cycle, to the full walk/don't walk cycle. 4. The module shall be a single, self contained device, not requiring on site assembly for installation into existing traffic signal housing. The power supply shall be designed to fit and mount inside the pedestrian signal module. The assembly and manufacturing process for the module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. C. Environmental Requirements. The module shall be rated for use in the ambient operating temperature range, measured at the exposed rear of the module, of -40 to +165°F. The pedestrian module shall be designed to meet NEMA 250 Hose down Test. The test is to be conducted on a stand-alone unit. No protective housing shall be used. The module lens shall be UV stabilized. D. Signa LENS. 1. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of YA" thick. 2. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. E. Module Identification. Each module shall be identified on the backside with the manufacturer's name, model numbers and serial number. The following operating characteristics shall be identified: nominal voltage, power consumption, wattage and Volt -Ampere. Item 683 Pedestrian Countdown Signal Module Page 2 July 29, 2010 rCity of Corpus Christi Standard Specification for Construction _ � F. Photometric Requirements. 1. Luminance, Uniformity & Distribution. For a minimum period of 72 months, the maintained minimum luminance values for the modules under normal operating conditions shall not be less than 5300 cd/m2 for the Walking Person icon and 3750 cd/m2 for the Hand icon when measured perpendicular to the surface of the module al nine (nine) separate points on the icon. These values may decrease up to 50% of these table values beyond 150 from the perpendicular in either to the left or right on a horizontal plane. The uniformity of the walking person and hand icons' illumination shall meet a ratio of not more than 1 to 5 between the minimum and maximum luminance measurements (in Cd/m2). 2. Chromaticity. The standard colors for the LED Pedestrian Signal Module shall be White for the walking person and Portland Orange for the hand icon and countdown digits. G. Electrical. 1. General. The modules shall be operationally compatible with NEMA traffic signal controllers, cabinets and accessories manufactured to TxDOT standards and the City of Corpus Christi standards, where different the City of Corpus Christi standard will be used. Maximum power consumption requirements for each indication are as follows (in Watts): Icon 25 c 74 c Hand 10.0 watts 12.0 watts Walking Person 9.0 watts 12.0 watts Countdown 2 digit 8.0 watts 11,0 watts All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH Standard. Three secured, color coded, 36 in long 600 V, 16 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105°C, are to be provided for electrical connection. Each LED signal module shall be designed so that there is no noticeable light output when connected to rated voltage through an impedance of 15K ohm (either resistive or capacitive). The signal module shall be designed so that, under normal operation, an AC voltage of no greater than 10 volts RMS shall be developed across the unit when it is connected in series with any value of impedance greater than 15K ohms and for any applied AC voltage between 95 and 135 volts RMS that is connected across this series combination. in addition, the signal module shall be designed so that the voltage across the module shall reduce in value to less than 10 volts RMS within 100m sec when the module is switched off by any solid state switch or switch pack having an impedance of 15K oluns or greater. Item 683 Pedestrian Countdown Signal Module Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 2. Voltage Range. a. LED module shall operate from a 60 +3 Hertz ac line power over a voltage range from 80 to 135 VAC RMS. The current draw shall be sufficient to ensure compatibility and proper triggering and operation of load current switches and conflict monitors. Nominal operating voltage for all measurements shall be 120 +3 Volts rms. Fluctuations in line voltage over the range of 80Vac to 135Vac shall not affect luminous intensity by more than +10%, The LED circuitry shall prevent flickering at less than 100 I-Iz over the voltage range stated above. The modules shall be designed and constructed so that the failure of a single LED will not result in the loss of additional LED's. b. There should be no illumination of the module when the applied voltage is less than 35 VAC RMS. To test for this condition each icon must first be fully illuminated at the nominal operating voltage. The applied voltage shall then be reduced to the point where there is no illumination. This point must be greater than 35 VAC RMS. e. Turn -On and Turn -Off Time: Each icon of the module shall reach 90% of their full illumination (turn -on) within 100 ms of the application of the nominal operating voltage. The modules shall not be illuminated (turn-off} after 100 ms of the removal of the nominal operating voltage. d. For abnormal conditions when nominal voltage is applied to the unit across the two phase wires (rather than being applied to the phase wire and the neutral wire) the pedestrian signal unit shall default to the hand symbol. 3. Transient Voltage Protection. The module's on -board circuitry shall include voltage surge protection to withstand high -repetition noise transients and low -repetition high energy transients as stated in Section 2.1.6, NEMA Standard TS -2, 1998, or the latest version. 4. Electronic Noise. The modules and associated on -board circuitry must meet Federal Communications Commission (FCC) Title 47, Sub Part B, Section i5 regulations concerning the emission of electronic noise. 5. Power Factor (PF) and AC Harmonics. The modules shall provide a power factor of 0.90 or greater when operated at nominal operating voltage, and 77°F. Total harmonic distortion induced into an AC power line by the module, operated at nominal operating voltage, at 77°F shall not exceed 20%. H. Module Functions. 1. Cycle. The module shall operate in one mode: Clear:ance Cycle Countdown Mode Only. The module will start counting when the flashing clearance signal turns on and will countdown to "0" and turn off when the steady "Don't Walk" signal turns on. Module will not have user accessible switches or controls for modification of cycle. item 683 Pedestrian Countdown Signal Module Page 4 City of Corpus Christi Standard Specification for Construction July 29, 2010 4 - - 2. Learning Cycle. At power on, the module enters a single automatic learning cycle. During the automatic learning cycle, the countdown display shall remain dark. 3. Cycle Modification. The unit re -programs itself if it detects any increase or decrease of Pedestrian Timing. The counting unit will go blank once a change is detected and then take one complete pedestrian cycle (with no counter during this cycle) to adjust its buffer timer. 4. Recycling. The module shallallow for consecutive cycles without displaying the steady Hand icon ("Don't Walk"). 5. Preemption. The module shall recognize preemption events and temporarily modify the crossing cycle accordingly. if the controller preempts during the walking man, the countdown will follow the controller's directions and will adjust from walking man to flashing hand. It will start to count down during the flashing hand. Vibe controller preempts during the flashing hand, the countdown will continue to count down without interruption. The next cycle, following the preemption event, shall use the correct, initially programmed values. 6. "Don't Walk" Steady. If the controller output displays Don't Walk steady condition and the unit has not arrived to zero or if both the hand and man are dark for some reason, the unit suspends any timing and the digits will go dark, I. Quality Assurance. 1. General. a. Unless otherwise specified all of the test will be conducted at an ambient temperature of 779f and at the nominal operating voltage of 120 VAC RMS. b. The following production quality assurance tests shall be performed on each new module prior to shipment. Before any measurements are made, the unit - shall be energized at the rated voltage for a 30 -minute burn -in period at an ambient temperature of +77'F. following the bum -in period, the initial luminous intensity shall be measured. A single point measurement with a correlation to the intensity requirement of Section 1.04 of VTCSI-1 for circular indications niay be used. The current flow and power factor shall also be determined. Units found to have parameters outside the ranges allowed by this specification shall be rejected. c. The modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. QA process and test result documentation shall be kept on file for a minimum period of seven years. 2. Conformance. The module designs not satisfying design qualification testing and the production quality assurance testing performance requirements shall not be labeled, advertised, or sold as conforming to this specification. Item 683 Pedestrian Countdown Signal Module Page 5 City of Corpus Christi Standard Specification for Construction July 29, 2010 3. Design Qualification Assurance. Design Qualification testing shall be performed on new module designs, and when a major design change has been implemented on an existing design. Unless otherwise specified, all of the tests shall be conducted on the same set of randomly selected modules, hereafter called the sample set, at an ambient temperature of 77°F and at the nominal operating voltage of 120 VAC RMS. Testing shall be performed once every 5 years or when the module design or LED technology has been changed. Test data shall be retained by the module manufacturers for a minimum period of 7 years and for a period of at least 5 years beyond the last date of manufacture of that model type. 4. Production Quality Assurance. All new modules shall undergo Production Quality Assurance testing prior to shipment. Failure of any module to meet requirements of the QA tests shall be cause for rejection. QA test results shall be maintained for period of 4 years. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of modules built to meet this specification. Prior to packaging for shipment, each module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration or other defects. S. Delivery and Acceptance. Compatibility with a controller unit, conflict monitor and load switch will be tested by connecting the module under test to the output of a standard load switch connected to a variable AC voltage supply with the output of the Load switch in the off state. The AC voltage developed across each LED module so connected shall not exceed ten (10) V rms as the input to the LED module is varied from 95V rms to 135V rms. J. Warranty. LED signal modules shall be replaced or repaired if it fails to function as intended due to workmanship or material defects within the first 60 months from date of delivery. 683.5. MEASUREMENT: This Item will be measured by each installed LED Countdown Pedestrian Signal Module. 683.6. PAYMENT: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement," will be paid for at the unit bid price for "LED Countdown Pedestrian Signal Module." This price is full compensation for furnishing and installing the module; and equipment, labor, tools, and incidentals. 683.7. BID ITEM: Item 683.1 - LED Countdown Pedestrian Signal Module - per each Item 683 Pedestrian Countdown Signal Module Page 6 City of Corpus Christi Standard Specification for Construction January 04, 2011 Item 687 Pedestal Pole Assemblies 687.1. Description: Furnish and install pedestal pole assemblies for vehicle and pedestrian signal. 687.2. Materials: Furnish new materials in accordance with the following Items and with details shown on the plans: A. Anchor Bolts. TxDOT Standard Specification Item 449, "Anchor Bolts" B. Foundations. Item 656, "Foundation for Traffic Control Devices" C. Pedestal Pole Base. Provide pedestal pole bases in accordance with TxDOT DMS - 11140, "Pedestal Pole Base." Provide pedestal pole bases from manufacturers prequalified by the Texas Department of Transportation, Traffic Operations Division. D. Pedestal Pole. Provide 4 -inch diameter spun aluminum pipe. 687.3 Equipment: Provide the machinery, tools and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner 687.4 Construction: Install foundations in accordance with Item 656, "Foundation for Traffic Control Devices." A. Pedestal Pole Base. Ground the base with connector to the Y2-13 NC female threaded hole. Fabricate the base for 4 L -bend anchor bolts arranged in a square pattern with a 12- 3/4 inch bolt circle. Provide mild steel anchor bolts in accordance with TxDOT Item 449, "Anchor Bolts," for each base. Provide three 1/16 inch thick and three 1/8 inch thick U- shaped galvanizing steel shims for each base. Size shims to fit around the anchor bolts. B. Installation. Install pedestal pole assemblies as shown on the plans or as directed. Pedestal pole assemblies include foundation, pole shaft, base, anchor bolts, anchor bolt nuts, anchor bolt template, shims, and miscellaneous components. Watertight breakaway electrical disconnects are required for pedestal pole assemblies used in conjunction with vehicle and pedestrian heads and components. Use established industry and utility safety practices to erect assemblies near overhead or underground utilities. Consult with the appropriate utility company prior to beginning such work. Repair damaged galvanizing in accordance with Section 445.3. D, "Repairs." C. Painted Finish. When required, paint pedestal pole assemblies in accordance with details shown on the plans. 687.5 Measurement: This Item will be measured by each pedestal pole assembly. ITEM 687 Pedestal Pole Assemblies Page 1 City of Corpus Christi Standard Specification for Construction January 04, 2011 687.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestal Pole Assembly." This price is full compensation for furnishing and installing the shaft; base, shims, anchor bolts, and foundation; and materials, equipment, labor, tools, and incidentals. New signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." 687.7 Bid Item: Item 687.1 Pedestal Pole Assembly per each. ITEM 687 Pedestal Pole Assemblies Page 2 Corpus Christi Standard Specification for Construction June 7, 2016 Item 416 Drilled Shaft Foundations 1 DESCRIPTION Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," and • Item 448, "Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS -4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex -415-A. Table 2 Placement Type Minimum Acceptable Placement Slump, in. Recommended Design and Placement Slump, in. Maximum Acceptable Placement Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slurry 7 8 9 Perform a slump loss test in accordance with Tex -430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., "Concrete," and Section 416.3.7., "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex -130-E. Determine pH of slurry by Tex -128-E or pH paper strips. Item 416 Drill Shaft Page. 1 Corpus Christi Standard Specification for Construction June 7, 2016 Table 3 Mineral Slurry Requirements Before Introduction into the Excavation Sampled from the Bottom of the Excavation before Concreting Specific Gravity SandH Content p Specific Gravity Viscosity (sec.) Sand Content <1.10 <1% 8-11 <1.15 <45 <4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral -polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex -130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: • Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. • List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. • Details of shaft excavation methods. ■ When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures. • Details of methods to clean the shaft excavation. ■ Details of reinforcement placement, including support and centralization methods. • Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods. • Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in. per 10 feet of depth. • Center of shaft located under column -1 in. of horizontal plan position. • Center of shaft located under footing -3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. Item 416 Drill Shaft Page. 2 Corpus Christi Standard Specification for Construction June 7, 2016 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre -mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. Item 416 Drill Shaft Page. 3 Corpus Christi Standard Specification for Construction June 7, 2016 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re -process the hole with the auger as directed if concrete placement is not started within 4 hr. of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., "Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement, and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. • Extend the cage to 25 ft. or to the bottom, whichever is shorter, for bridge shafts with plan lengths less than 25 ft. • Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length. • Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved "roller' type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers ("sleds") are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. Item 416 Drill Shaft Page. 4 Corpus Christi Standard Specification for Construction June 7, 2016 3.6. Concrete. Perform all work in accordance with Item 420, "Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., "Mass Placements," as directed. Table 4 Maximum Concrete Placing Temperature Shaft Size Mix Design Options 1-5 Mix Design Options 6-8 Diameter <5 ft. 95°F 95°F 5 ft.< Diameter < 7 ft. 95°F 85°F 7 ft. < Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop -tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near Item 416 Drill Shaft Page. 5 Corpus Christi Standard Specification for Construction June 7, 2016 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, "Foundation Load Test." 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. MEASUREMENT Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft, unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top -of -shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non -Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5 PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. 5.1. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Drilled Shaft," "Drilled Shaft (Non -reinforced)," "Drilled Shaft (Sign Mounts)," "Drilled Shaft (High Mast Pole)," "Drilled Shaft (Roadway Illumination Pole)," or "Drilled Shaft (Traffic Signal Pole)" of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., "Overrun." Item 416 Drill Shaft Page. 6 Corpus Christi Standard Specification for Construction June 7, 2016 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling: • For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge. • For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall. • For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract. • For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract. • For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract. • For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. Item 416 Drill Shaft Page. 7 Corpus Christi Standard for Specification June 7, 2016 Item 476 Jacking, Boring, or Tunneling Pipe or Box 1 DESCRIPTION Furnish and install pipe or box by jacking, boring, or tunneling. 2. MATERIALS Use the following types of pipe or box: • corrugated metal pipe meeting Item 460, "Corrugated Metal Pipe," of the size, type, design, and dimension shown on the plans; ■ reinforced concrete pipe meeting the special requirements for jacking, boring, or tunneling of Item 464, "Reinforced Concrete Pipe," of the size, strength, and dimension shown on the plans; • reinforced concrete box meeting Item 462, "Concrete Box Culverts and Drains," of the size and type shown on the plans; or • Other types specified by the plans. 3. CONSTRUCTION Excavate suitable shafts or trenches for conducting the jacking, boring, or tunneling operations and for placing end joints of the pipe or box if the grade at the jacking, boring, or tunneling end is below the ground surface. Maintain a 3:1 slope from edge of pavement on the shaft side of the road unless otherwise shown or directed. Provide a positive barrier when the shaft location is within the clear zone of the roadway. Protect excavations deeper than 5 ft. as specified in Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Install pipe or box so there is no interference with the operation of street, highway, railroad, or other facility and no embankment or structure is weakened or damaged. Repair any pipe or box damaged in jacking, boring, or tunneling. Remove and replace any pipe or box damaged beyond repair at the Contractor's expense. Backfill shafts or trenches excavated to facilitate jacking, boring, or tunneling immediately after installation of pipe or box. 3.1. Jacking. Provide jacks suitable for forcing the pipe or box through the embankment. Use even pressure to all jacks during operation. Provide a suitable jacking head and suitable bracing between the jacks and the jacking head to apply uniform pressure around the ring of the pipe or circumference of the box. Use joint cushioning of plywood or other approved material. For plywood cushioning material, use 1/2 -in. minimum thickness for pipe diameter 30 in. or less, and use 3/4 -in. minimum thickness for pipe diameter greater than 30 in. Use 3/4 -in. minimum thickness for all boxes. Use cushioning rings of single or multiple pieces. Provide a suitable jacking frame or backstop. Set the pipe or box to be jacked on guides that support the section of the pipe or box, and direct it on the proper line and grade. Place the entire jacking assembly in line with the direction and grade of the pipe or box. In general, excavate the embankment material just ahead of the pipe or box, remove the material through the pipe or box, and force the pipe or box through the embankment with jacks into the space bored or tunneled. Furnish a plan showing the proposed method of jacking for approval. Include the design for the jacking head, jacking support or backstop (thrust block), arrangement and position of jacks, and guides in the plan. Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 1 Corpus Christi Standard for Specification June 7, 2016 Ensure excavation for the underside of the pipe for at least 1/3 of the circumference of the pipe conforms to the contour and grade of the pipe. Ensure the excavation for the bottom slab of the box conforms to the grade of the box. Over -excavate, if desired, to provide no more than 2 in. of clearance for the upper portion and sides of the pipe or box. Taper this clearance to zero at the point where the excavation conforms to the contour of the pipe or box. Carry out jacking without interruption to prevent the pipe from becoming firmly set in the embankment. Monitor volume of soil excavated to avoid any appreciable over excavation. Pressure - grout any over excavation of more than 1 in. Pressure -grout between the carrier pipe and casing when shown on the plans. The distance the excavation extends beyond the end of the pipe or box must not exceed 2 ft. Decrease this distance as necessary to maintain stability of the material being excavated. Jack the pipe or box from the low or downstream end. The final position of the pipe or box must not vary from the line and grade shown on the plans by more than 1 in. in 10 ft. Variation must be regular and in one direction, and the final flow line must be in the direction shown on the plans. Use a shield or cutting edge of steel plate around the head end of the pipe or box extending a short distance beyond the end if desired. The minimum distance for parallel pipe or box jacking or tunneling is 3 ft. or 2 times the diameter of the pipe or width of box, whichever is greater, unless otherwise shown on the plans. 3.2. Boring or Tunneling. Bore from a shaft in an approved location provided for the boring equipment and workmen. Dispose of excavated material using an approved method. Use water or other appropriate drilling fluids in connection with the boring operation only as necessary to lubricate cuttings and pipe or box; do not use jetting. Use a gel -forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit in unconsolidated soil formations. Seal the walls of the bore hole and furnish lubrication for subsequent removal of cuttings and immediate installation of the pipe. Allowable variations from line and grade are specified in Section 476.3.1., "Jacking." Pressure -grout any over excavation of more than 1 in. 3.2.1. Larger Diameter Boring Methods. Use the pilot hole or auger method for drainage and large utility borings. Pressure -grout any over excavation of more than 1 in. Pressure -grout between the carrier pipe and casing when shown on the plans. 3.2.1.1. Pilot Hole Method. Bore a 2 -in. pilot hole the entire length of the crossing, and check it for line and grade during the boring or tunneling operation on the opposite end of the bore from the work shaft. This pilot hole will serve as centerline for the larger diameter hole to be bored. 3.2.1.2. Auger Method. Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of large enough diameter to convey the excavated material to the work shaft. 3.2.2. Electrical and Communication Conduit Boring. Limit over excavation to the dimensions shown in Table 1 for electrical and communication conduit borings. Increased boring diameters will be allowed for outer diameters of casing and couplings. Pressure -grouting will not be required for electrical and communication conduit borings. Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 2 Corpus Christi Standard for Specification June 7, 2016 Table 1 Allowable Bore Diameter for Electrical or Communication Conduit or Casing Single Conduit Bores Multiole Conduit Bores Conduit Size (in.) Maximum Allowable Bore (in 1 Conduit Size (in.11 Maximum Allowable Bore (in.) 2 4 4 6 3 6 5 8 4 6 6 10 6 10 7 12 8 12 1. The diameter of mul iple conduits is the sum of the outside diameter of the 2 largest conduits for placement of up to 4 conduits in one bore. Submit boring diameters for the Engineer's approval when more than 4 conduits are to be placed in a bore. 3.3. Tunneling. Use an approved tunneling method where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic pipe would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans. Ensure the lining of the tunnel is strong enough to support the overburden when tunneling is permitted. Submit the proposed liner method for approval. Approval does not relieve the Contractor of the responsibility for the adequacy of the liner method. Pressure -grout the space between the liner plate and the limits of excavation. Pressure -grout between the carrier pipe and liner plate when shown on the plans. 3.4. Joints. Make joints by field bolting or connecting bands, whichever is feasible if corrugated metal pipe is used. Make the joints in accordance with Item 464, "Reinforced Concrete Pipe," if reinforced concrete pipe is used. Make the joints in accordance with Item 462, "Concrete Box Culverts and Drains," if reinforced concrete box is used. 4. MEASUREMENT This Item wit be measured by the foot between the ends of the pipe or box along the flow line. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations wit be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Jacking, Boring, or Tunneling Pipe" of the type, size, and class specified; or "Jacking, Boring, or Tunneling Pipe" of the type, size, and design specified; or "Jacking or Tunneling Box Culvert" of the size specified. This price is full compensation for excavation, grouting, backfilling, and disposal of surplus material; furnishing pipe, box, and pipe liner materials required for tunnel operations; preparation, hauling, and installing of pipe, box, and pipe liner materials; and materials, tools, equipment, labor, and incidentals. Protection methods for open excavations deeper than 5 ft. will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 3 Corpus Christi Standard Specification for Construction June 7, 2016 Item 502 Barricades, Signs, and Traffic Handling 1 DESCRIPTION 2. 3. 4. Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. CONSTRUCTION Comply with the requirements of Article 7.2., "Safety". Implement the traffic control plan (TCP) shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. Submit Contractor -proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor -proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retrorefiective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. MEASUREMENT Barricades, Signs, and Traffic Handling will be measured by the each location. PAYMENT 4.1. Barricades, Signs, and Traffic Handling. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. Item 502 Barricades, Signs, and Traffic Handling Page. 1 IPJI'MIJ;lluJ fVt'jl luazite SPECIFICATIONS/0 TA 11" x 1 A" PG Style (Stackable) Assembly 3/B-16 UNC STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) 11 1 a )O) r �2(jaq, 0 (4G COVER Cellars. Wrnik unless logo Is s rosined DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD /1 ANSI TIER" W/2 Bolts PG1118CA00 27 (122 kg) 8,000 / 12,000 8 Gasketed w/2 Bolla PG1118CG00 27 (12.2 kg) _ 0,000 / 12,000 8 No Bolls PG1118WA00 27 (12.2 kg) 0,000 / 12,000 8 Heavy Duty wit Bolls PG1118HA90 27 (12.2 kg) 15,000 / 22,500 15 Gasketed Heavy Duly wl2 Bolts P01110HG00 27 (12.2 kg) 15,000 / 22,500 15 Exlro Heavy Duty w/2 Bolts PG1118HH00 27 (12.2 kg) 22,500 / 33,750 22 • Covera with meter lids available upon request. See page 12 or page 56 for meter Ild cover Ioa rating explanation. • Gasketed covers and bolt grommets must he used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water light. 1/2" (13) X 2" (51) PULL SLOT 5 COF SI<D RESISTANT SURFACE h'. BOX 2X 2 1/2" (64) X 4" (102) MOUSEHOLES (P0111888 only) APRIL 2000 -1k-1/2" (13) St hi with self-alittning, re lineable EZ -Nut DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG 1118BA12 40 (18 kg) 12' (305 mm) 22,500 / 33,750 22 PG1118BA10 53 (24 kg) 18" (457 mm) 22,509 / 33,750 22 Open Bottom w/ Gasket _PG1118B012 40 (18 kg) 12" (305 mm) 22,600 /33,750 22 PG1118BG18 53 (24 kg) 18" (457 mm) 22,500 /33,750 22 Open Bottom w/ 2 Mouseholes PG11188812 40 (18 kg) 12" (305 min) 22,500 / 33,750 22 PG1118BB10 63 (24 kg) 18' (457 mm) 22,500 / 33,750 22 Solid Bottom PG1118DA12 43 (19.5 kg) 12 1/2" (318 mm) 22,500 ! 33,750 22 PG1118DA18 60 (27 k ) 18 1/2' (470 mm) 22,500 / 33,750 22 Solid Bottom w/ Gasket P©1118DG12_ 43 (19.5 kg) 12 1/2" (310 mm) 22,500 /33,750 22 PG11180G18 60 (27 kg) 18 1/2' (470 mm) 22,500 / 33,750 22 Footed Box PG1118JA12 41 (19 kg) 12 1/2" (318 mm) 22,500 / 33.750 22 PG1118JA18 55 (25 kg) 18 1/2' (470 mm) 22,500 / 33,750 22 Dimensions & weights In parentheses a o metric equivalent. • Loadings comply with ANSI/SCTE 77 (soo page 9). 20 SPECIFICATIONS/DATA Iluaziid 24" x 36" PG Style (Stackable) Assembly and 24" x 36" PO Style Assembly 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT W/WASHER (2) 3 LIFTING BOLT (4) 0 ?a" COVER 1/2" (13) X 4" (102) PULL SLOT —.5 COF SKID RESISTANT SURFACE PG BOX 3/8-16 UNC STAINLESS + STEEL HEX HEAD BOLT 5�©? W/WASHER (2)—` 3 5 2",_J (51) -*- LIFTING BOLT (4) 2X 4" (102) X 4" (102) MOUSEHOLES (P0243608 only) 2X 4" (102) X 4" (102) MOUSEHOLE (P0243688 only) PD 130X 1/2" (13) POLYMER TONGUE & GROOVE 2 PIECE COVER 1/2" (13) X4"(102) PULL SLOT .5 COF SKID RESISTANT SURFACE 3, 431 8 t�4s�'' H (203) 3/8" (10) 4 3/4" (121) X 4 3/4" (121) -.)F.- PG BOTTOM EXTENSION KNOCKOUTS (8) LIFTING INSERTS (4) 33 APRIL 2009 ��j� �M '' �" _ � i � 1 11. _ +� a Ouazitem SPECIFICATIONS/DATA 24" x 36" PG Style (Stackable) Assembly and 24" x 36" PD Style Assembly Covers (Blank unless logo is specified) DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER" W/2 Bolis PG2436CA00 100 (45 kg) 8,000 / 12,000 8 Gaskotod w12 Bolls PG2436CG00 100 (45 kg) 8,000 / 12,000 8 2 -Placa w/2 Bolts P02436CS00 122 (55 kg) 8,000 / 12,000 8 No Bolts PG2436WA00 100 (45 kg) 0,000 / 12,000 8 Heavy Duty w/2 Bolts PG2436HA00 115 (52 kg) 15,000 / 22,500 15 Gaskeled Heavy Duty W/2 Bolts PG2436H000 115 (52 kg) 16,000 / 22,500 15 Heavy Duly 2 -Place w/2 Bolis PG2436HS00 122 (55 kg) 15,000 / 22,500 15 Heavy Dulyw/2 Bolls PG2430HH00 122 (55 kg) 22,500 /.3,750 22 . Covers with meter Ilds available upon request. Sae page 12 or page 66 for motor lid cover load rating explanation. • Gaskeled covers and bolt grommets must be used with a geskeled box, Gaskets reduce the Inflow of fluids bul do not make the enclosure water light. PG Boxes (Makable with self-allguhtg, re *meal to EZ Nut ) **24" - 42" Deep Ilexes must lie used as bottom of any stack.) DESCRIPTION PART NO. WEIGHT // DIMENSION A DIMENSION 13 DESIGN/TEST LOAD d/ ANSI TIER* Open Bottom PG24369A19 141 (64 kg) 18" (457 mm) 15` (381 mm) _ 22,500 / 33,750 22 PG2436BA24 160 (81.6 kg) 196 (88.0 kg) 24" (610 mm) 30" (762 mm) 21" (533 nim) 27" (686 mm) 22,500 / 33,750 22,500 / 33,750 22 22 PG2436BA30 PG2436BA36 254 (115 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 P(324369A42 203 M3 kg) 42" (1067 mm) 39° (991 mm) 22,500 / 33,750 22 Open Bottom w/2 Mousoholas PG2436BB18 139 (63.1 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436BB24 178 (80.7 kg) 24" (610 mm) 21" (533 mm) 22.500 / 33,750- _ 22 PG2436BB30 194 (80.0 kgs 30" (762 mm) 27" (686 nun) 22,500 133,750 _22 _ PG2436BB36 252 (114 kg) 36" (914 mat) 33" (038 mm) 22,500 / 33,750 22 PG2436BB42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 1 33,750 22 Open Bottom wGasket PG2436BG18 141 (64 kg) 18" (457 mm) 15° (361 mm) 22,500 / 33,750 22 PG2436BG24 180 (81.0 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 PG2436BG30 196 (08,9 kg) 30" (762 nim) - _ _ 27" (686 mm) 22,500 / 33,750 22 P024360G36 354 (115 kg) 36" (914 mm) 33" (836 mm) 22,500 / 33,750 22 P0243613G42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 Solid Bolton PG2436DA18 171(70 kg) 18 112" (470 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436DA24 228 (103.4 kg) 24 1/2" (622 rum) 21" (533 mm) 22,500 / 33,750 22 P02436DA30 238 (107.0 kat 30 112" (115 rami 27" (686 mml 22,500 / 33.750 22 PG2436DA36 282 (128 kg) 36 1/2" (027 mm) 33" (838 mm) 22,500/33,760 22 PG2436DA42 321 (146 kg) 42 1/2" (1080 mm) 39" (991 mm) 22,500 / 33,750 22 5 DESCRIPTION PART NO. WEIGHT # DIMENSION D DIMENSION E DESIGN/TEST LOAD # ANSI TIER* Opon Bottom PD2436BA18 169 (72 kg) 18° (457 mm) 16" (381 mm) 22,500 /33,750 _ 22 PD2436BA26 199 (90 kg) 26" (660 mm) 23" (504 mm) 22,500 / 33,750 22 PD2436BA48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,760 22 Opon Bottom w/2 Mouseholes PD243613B18 157 (71 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,760 22 PD2436BB20 197 (09 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,760 22 PD2436BB48 311 (141 kg) 48" (1219 mm) 45" (1143 mm) 22,500 /33,760 22 Open Bottom w/Gasket PD243613018 169 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PD2436B026 199 (90 kg) - 26" (660 mm) 23" (84 mm) 22,500 / 33,750 22 P024366G48 313 (142 kg) 48" (1219 ram) 45" (1143 mm) 22,500 / 33,750 22 eeesions (For use under 18'den » hex only, one per hox, DESCRIPTION PART NO. WEIGHT // DIMENSION F DIMENSION 0 DESIGN/TEST LOAD d/ ANSI TIER* Open Bottom PG2436EA08 81 (37 kg) 8 3/4" (222 mm) 1° (26 mm) 22,500 / 33,750 22 Solid Bolcom PG24313RA08 95 (43.1 kg) 9 1/4" (235 mm) N/A 22,600 /33,750 22 Dimensions & weights In parentheses are metric equivalent. • Loadings comply with ANSI/SCTE 77 (see pogo 9), APRIL 2000 34 INTERNALLY ILLUMINATED STREET -NAME (9 _1 SnartMonitor MMU-16LE SERIES NEMA LCD MALFUNCTION MANAGEMENT UNIT • MMU-16LE with EIA -232 Port • MMU-16LEip with 10/100Mbps Ethernet Port Whether you're a NOVICE or EXPERT Signal Technician, wouldn't it be great if you could: J Use a built-in SETUP WIZARD to quickly and accurately configure the Signal Monitor to the exact requirements of the cabinet and intersection? J Use a MENU DRIVEN LCD interface to view vital cabinet operational details such as field signal voltages, historical event logs, and monitor configuration data? Li Use a built-in DIAGNOSTIC WIZARD to automatically diagnose cabinet malfunctions and pinpoint faulty signals? If your answer is Yes, the MMU-16LE SmartMonitorT1, is for YOU! MMU-16LE SmartMonitorENHANCED FEATURES Nema TS2-2003 Standard: Standardized Communications: Full Intersection & Status Display: Event Logging: Setup Wizard: Diagnostic Wizard: and Help System TS -1 Type 12 with SDLC Mode: Program Card Memory: Signal Sequence History Log: LEDguardrM: EDI RMS-EngineTM: ECcomtM PC Software: Flashing Yellow Arrow PPLT: The MMU-16LE SmartMonitorTM meets all specifications of the Nerna Standard TS2-2003 while maintaining downward compatibility with existing Nema TS1-1989 Traffic Control Assemblies. Real-time SDLC communications with the Controller Unit exchanges field input status, Controller Unit output status, fault status, MMU programming, and time and date. Two high contrast, large area Liquid Crystal Displays (LCD) continuously show full RYG(W) intersection status, A separate graphic LCD provides a menu driven user interface to status, signal voltages, configuration, event logs, and the Help system. A time -stamped nonvolatile event log records the complete intersection status as well as AC Line events, configuration changes, monitor resets, temperature and true RMS voltages. Use the built-in Setup Wizard to configure the Nema Enhanced settings of the SmarlMonitorTM by answering a short series of questions regarding intersection design and operation. The Diagnostic Wizard automatically pinpoints faulty signals and offers trouble -shooting guidance. The integrated Help System provides context sensitive operational assistance. The MMU-16LE can be configured to operate with the Port 1 SDLC function and Diagnostic Wizard enabled in a TS -1 twelve channel cabinet with no cabinet wiring changes, Enhanced settings of the MMU-16LE are stored in nonvolatile memory on the EDI Program Card, Moving the Program Card to another MMU-16LE automatically transfers all settings. The five Signal Sequence History logs stored in nonvolatile memory graphically display up to 30 seconds of signal status prior to each fault event. This EDI innovative signal thresholding technique can be used to increase the level of monitoring protection when using LED based signal heads. A DSP coprocessor converts AC input measurements to True RMS voltages, virtually eliminating false sensing due to changes in frequency, phase, or sine wave distortion. Access to the MMU-16LE data is provided by the industry standard EDi ECcomTM Windows based software for status, event log retrieval, configuration, and data archival. The SmartMonitorlM supports MUTCD Flashing Yellow Arrow PPLT operation with two different modes for either TS -2 or TS -1 cabinet configurations. EBERLE DESIGN INC. /NEM 3B1 9 East La Salle Street Phoenix, AZ 86040 USA www.201traffic.com Tel (460) 968-6407 Fax (602) 437-1996 MMU•16LE Catalog Sheet— 071907 Designed, Manufactured and Tested in the United States of America SmartMonitor, LCcom, and Rt1S-(ngine are trademarks of Eberle Design Inc. ISO 9001:2000 Registered U.S. Pat. No, 7,246,037 EBERLE DESIGN INC. 3919 East La Salle Street Phoenix, AZ 65040 USA www,EDItreffie,com Tel (490) 988-8407 Fax (902) 437-1958 /\EDI ‘./ CONTACT: CARL ZABEL, 480.968.6407 PAGE 1 OF 1 JULY 2006 MMU-16LEip Smart`Nlonitor PROVIDES A 10/100MBPS ETHERNET PORT FOR REMOTE WAN COMMUNICATIONS CAPABILITY (Phoenix, AZ, USA) — Eberle Design Inc (EDI) has now added the option of a 10/100Mbps Ethernet communications port to the new industry standard MMU-16LEip SmartMonitorTM Malfunction Management Unit, for both NEMA TS -2 and TS -1 users. The use of Ethernet to communicate with the SmartMonitorTM makes remote diagnostics even easier to accomplish. By furnishing the monitor with an IP address, the unit can be integrated into a wide area network (WAN). Communications may originate from a remote Traffic Management Center, local Controller Unit, or a direct connection to a laptop PC network adaptor. EDI ECcomTM software provides a user with the capability to retrieve, display, store, and print real- time status and historical data, as well as multiple Signal Sequence logs providing a graphical view of the signal states for up to 30 seconds prior to a fault event. The MMU-16LEip SmartMonitorTM includes a built-in Setup Wizard to quickly and accurately configure the monitor parameters simply by answering a short series of questions related to the intersection geometry and cabinet wiring. The built-in context sensitive HELP System and Diagnostic Wizard then automatically pinpoints faulty signals, thus providing technicians with an unprecedented amount of assistance and data feedback quickly with a push of the Help button. The MMU-16LEip SmartMonitorTM menu driven operation presents sinal voltages, data logs and vital cabinet information displayed directly on the MMU-16LEip SmartMonitorrm front panel displays. The advanced capabilities of the MMU-16LEip SmartMonitorTM increase the operational level of safety of the intersection and enhances the diagnostic features available. Why guess when you can know! To receive further information on the MMU-16LEip SmartMonitorT"' and our CD-ROM product catalog including a free copy of ECcomTM software, please call 480-968-6407 or visit our website at www.EDltraffic.com. About EBERLE DESIGN, INC. An ISO 9001:2000 Registered Company — Celebrating 25 Years of Excellence! EDI is recognized as a world wide developer and manufacturer of reliable high-performance component products designed to enhance and augment traffic control systems, The EDI array of products including signal monitors, vehicle detectors, power supplies, flashers, load switches, and other vital infrastructure devices enables transportation professionals to integrate, automate, and manage traffic highways and intersections easily, efficiently and safely, EDI is a proud member of ITSA, NEMA, ITE, IMSA, IPI, IDA, and AFA industry organizations. ECcom and SmarfMonitor aro trademarks of Eberle Design Inc. cobalt by Econolite *cobalt ECONOLITE° www.econolite.com Product Details Description The traffic signal controller represents one of the most important intelligent technology and communi- cation components of a signalized intersection. As such, today's advanced traffic signal controller must integrate leading edge electronics, while support- ing industry standards and specifications. Econolite continues its tradition of offering the most advanced and innovative technologies with the CobaltTM family of Advanced Transportation Controllers (ATC). Fully meeting the industry's ATC standard 5.2b and pro- posed standard 6.10, Cobalt is designed to provide an unmatched combination of ATC controller open architecture functionality with the latest handheld technology and applications. Cobalt also features a breakthrough hardened seven-inch touchscreen user interface matched with a Linux -based operating system, making programming and access to func- tions easiest in the industry. Cobalt ATC controllers may be configured with Econolite's robust Cobalt Touch or Cobalt ASC ap- plication software package, or other Linux application software meeting current ATC standards. Cobalt includes a high-power, Linux -based Engine Board that is compliant with the ATC 5.2b and proposed 6.10 standard fora NEMA standard TS2 Type -1 or Type -2 I/O connectors: four Ethernet ports, two USB ports, an SD Card slot, a seven-inch color TFT LCD module with touch screen capabilities and a custom elastomeric keypad. Features • Revolutionary, large seven-inch color TFT LCD display • Touch -screen display for intuitive, graphical programming • High brightness and contrast display for better outdoor readability than any other controller on the market • Linux, open architecture real-time multi- tasking operating system • Alternative Web browser -based user inter- face allows remote programming and status observation (with appropriate network connection) • 233MHz PowerQUICC II Pro -processor that provides 10 times more processing power than previous generation controller processor • Two integral Ethernet Switches provide four 10/100Mbit Ethernet front panel ports • Two USB 2.O ports • Easy OS software upgrades via USB memory stick, SD card, or Ethernet via Econolite's Windows software installation application • Communications slot for optional ATC communications modules • Sleek modern styling Cobalt ATC Hardware Features • Supports Econolite Linux based software or other pre- qualified ATC/Linux software • ATC Engine Board - Fully compliant with the ATC Standard version 5.2b and proposed ATC Standard 6.10 - Includes a PowerPC 83XX family processor with QUICC engine - 128Mbytes of DDR2 DRAM memory for appli- cation and OS program execution - 64 Mbytes of FLASH for storage of OS Soft- ware and user applications - 2MB of SRAM memory for non-volatile parameter storage • Two integral Ethernet switches for two networks, ENET1 and ENET2 • Four front -panel Ethernet ports—two on ENET1 and two on ENET2 • Custom elastomeric keypad compliant with the ATC 5.2b and 6.10 standard • 7" color TFT LCD display with high brightness and touch capability - Readable in direct sunlight - Industrial, resistive touch screen can be oper- ated with gloved hands - Not affected by condensation or water drops - Performs over the NEMA temperature range - 800x480 resolution @ 18 bit color depth • Advanced Graphics Controller - Enables Cobalt's enhanced graphics user inter- face - Touch screen capability means the keyboard never has to be used - Replaces traditional text menu selection with graphical selections • Two USB 2.0 ports used to - Update application software - Upload or download configuration - Upload logged data • Datakey socket for an optional 3.3V Datakey, 2 through 32MB • SD Memory Card socket • CPU Active LED • Three communications ports standard: - NEMA -ATC SDLC serial port 1 - 25 pin serial port 2 - 9 pin console serial port • Built in speaker for enhanced audio controller feedback • Integral carrying handle in back of controller • Power Supply - Meets all requirements of ATC standard v6.10. - External 24VDC protected by a self -resetting electronic fuse • Operating system - Linux 2.6.3x or later kernel and Board Support Package (BSP) - Compliant to ATC Standard V. 5.2.b Annex B specifications Cobalt ATC Hardware Options • Two user interface options: - Advanced Display with graphics and touch - screen (Standard) - Basic Display with text and textual menus only— no touch or graphics (Option) • Two models, - TS2 type 2 connectors - TS2 type 1 connector • Communications module options: - FSK Module that can be configured for RS232 operation - 2070 TEES 2009 standard 6A, 6B, and 7A plug- in modules • Datakey 3.3V, 2 through 32MB Cobalt Software Options Cobalt Touch Software (requires Cobalt ATC hardware including the Advanced Graphics Controller) • All the ASC/3-LX Software features, plus the following: - Full-color graphic interface with touch -screen capability Provides menu selection using touch selections. Programming uses touch data entry allowing touch gestures to select yes/no, select enable/ disable, pull-down list selections and more Screen can be swiped to advance to another screen ASC/3-LX Software (General) • Field -proven for over 8 years • Allows for an agency -specific default database • Automatic backup of controller database to optional Datakey or manual back up to USB flash drive • Context sensitive help • Hyperlink feature allows jumping from a status field to the screen where data is defined • 100 -statement logic processor to test inputs, outputs or timers and take actions based on the results 1 Control features • 16 phases, 8 configurable concurrent groups in 4 timing rings • 16 pedestrian phases that can be configured as pedes- trian overlaps • Exclusive pedestrian operation • Dynamic max operation • Extendable walk and pedestrian clearance • Advanced Walk • Bike input and green timing • Adaptive red clearance Coordination features • 120 coordination patterns, each with its own cycle, offsets and split plan selection • 120 split plans, each with its own coordinated phases, vehicle and pedestrian recall and phase omits • Offset and split entries displayed in percent or seconds • Automatic permissive periods • Fixed or floating force -off • Crossing arterial coordination • Quick -sync feature Preemption Features • Ten preemption sequences. Each may be configured as priority, first -come -first -serve, or bus preemption opera- tion • ECPI interlock to provide added monitoring • Railroad gate -down input and timing. • Conditional delay when entering preemption • Multiple exit preemption options - Exit to selected exit phase Exit to coordination (no transition) - Exit to interrupted pedestrian phase - Exit to interrupted vehicle phase - Use timing from an exit timing plan once, then the normal timing plan Exit to a selected phase first then to free or coordination (selectable) - Exit free for one complete cycle then resume coordination (no transition) Exit to the phases where the most drivers have waited the longest Time Base Features • 200 schedule programs, configurable for any combina- tion of months, days of the week, and days of the month • Fixed or floating exception day programs that override the day plan event on a specific day • 50 day plan events that can use any of the 100 action plans • 100 action plans that can be used by any of the 50 day plans Status Display Features • Keyboard selection of detailed dynamic status dis- plays for each of the main controller unit functions including: controller, coordinator, preemptor, time base, detectors, and MMU Detector Features • 64 vehicle detectors • 16 system or speed detectors • Unique detector types and operation • Individually assignable to phase and functions • Lock/non-lock function by detector • 4 detector plans • 4 detector diagnostics plans • Logging of volume and/or occupancy assignable by detector • 4 pedestrian diagnostic plans Logging Features • Separate buffers for detector activity, detector fail- ures, controller events, and MMU events • Logged data can be: - Viewed on front panel - Retrieved via a RS -232 terminal port, USB flash drive, or SD Card Transferred via telemetry to a traffic manage- ment center Systems • NTCIP level 2 compliance • Supports Centracs®, Aries® and TS2 NTCIP Level 2 -compliant central applications Cobalt Software Options • Transit Signal Priority • Centracs Adaptive Specifications Temperature • -34.6°F to +165°F (-37°C to +74°C) Power • 110VAC @ 50/60 HZ or optional 220/240 VAC @ 50/60 HZ • Fuse protection for either 110 or 220/240V • Protection for the 24VDC supply is provided by a resettable electronic fuse Dimensions • 14.84"W x 8.50"H x 6.13"D © 2013 Econolite Control Products, Inc. All rights reserved. Econolite Control Products, Inc. reserves the right to change or update these specifications at any time without prior notification 3360 E. La Palma, Anaheim, CA 92806-2856 Tel: (714) 630-3700 • Fax: (714) 630-6349 E-mail: sales@econolite.com 38213E0113-2 ECONOLITE' An Econolite Group Company 1 -Way Assemblies Designed to accommodate all traffic signals, with the exception of optically programmed. The Talion Series Astro-Brac is designed to be tough and durable. It features all -axis adjustability and is designed to facilitate the mounting of any size signal to any size mast arm or pole. AB -4000/ AB -4005 Arm Kit lz AB -2003 Tube Kit AB -3042 Clomp Kit AB -2003 Tube Kit AB -4000/ AB -4005 Arm Kit AB -3043 Clamp Kit Astro -Brat Assy, Tallon Series, 1 -Way Band Mount AB -0618 - Signal Banc Section /engin Coating 1=1 Sec 29=29' Bond PNC=Process Na Color 2=2 Sec 36=36` Bond P_ _=Paint 3=3 Sec 42=47 Bond 4=4 Sec 48=48' Band 5=5 Sec 56=56` Bond Note: Stainless steelupgrade available: includes stainless clomp screw end slotted washer. Specifybyincluding -SS in the art ni.e sr, ,, AB -061 8 3 29 SS -PNC. = Astro-Brac Assy, Tallon Series, 1 -Way Cable Mount AB -0617 Signal Section 1=1 Sec 2=2 Sec 3=3 Sec 4=4 Sac 5=5 Sec Cable Length Cooling 62=62" Coble PNC=Process No Color 84=84" Cable P__= -Pain) 96=96' Coble Note: ------> Stainless steel upgrade available: includes stainless cable and slotted washer. Specify by including -SS in the port number, i.e„ AB -061 7 -3 -62 -55 -PNC. AB -2003 Tube Kit AB -4000/ AB -4005 Arm Kit AB -3055 Clomp Kit Astro-Brac Assy, Galaxy Series, 1 -Way Cable Mount AG -0125 - Signal Section 1=1 Sec 2=2 Sec 3=3 Sec 4=4 Sec 5=5 Sec Coble tenglh Coaling 62=67 Cable PNC=Process No Color 84=84' Coble P =Paint 96=96" Coble Note: Stainless steel upgrade available: includes stainless cable and slotted washer. Specify by including -55 in the port number, i.e., AG -0125 -3 -62 -SS -PNC. Note: 1. All assemblies are supplied standard with stainless steel fasteners. 2. See Reference Section for clamp kit pole diometers. 3. See Reference Section for available paint colors. Page T1-2 www.pelcoinc.com - sales®pelcoinc.com - 405-340-3434 - fax: 405-340-3435 4/1/15 Corpus Christi Standard Specification for Construction June 29, 2015 2. Item 684 Traffic Signal Cables DESCRIPTION Furnish and install traffic signal cables. MATERIALS Provide polyethylene -jacketed multi -conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts. Furnish new materials. Provide traffic signal cables in accordance with DMS -11110, "Traffic Signal Cable." Type A Cables. Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. Type B Cables. Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. Type C Cables. Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. Types A and B Cable Materials. Provide the following materials for Type A and B cables: • Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans, use conductors consisting of 7 copper strands. • Ensure color coding of conductors and sequence for cables are in compliance with Tablel.Basecoloris the insulation color. Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. • Ensure 2 -conductor cable is of the round twisted type with fillers used where necessary to form around cable. • For cables with more than 2 conductors, ensure individual conductors are laid up symmetrically in layers with fillers used when necessary, to produce a uniform assembly of conductors with a firm, compact cylindrical core. • Ensure fillers are a non-metallic, moisture -resistant, non -wicking material. • Supply conductor assemblies covered with a wrapping of a moisture -resistant tape applied to overlap at least 10% of the tape width. • Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes, splits, blisters, and any other imperfections. • Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2 -ft. intervals to the outer surface of the jacket by indent printing. Item 684 Traffic Signal Cables Page. 1 Corpus Christi Standard Specification for Construction June 29, 2015 Table 1 Conductor Color and Sequence or Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 2.5. Additional Requirements for Type B Cable Materials. Additional material requirements particular to Type B cable are as follows: • Ensure cables consisting of 5 or more conductors have a 0.25 -in. nominal diameter messenger. For the messenger, use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. • A solid strand messenger with 0.134 -in. diameter may be used for cables with less than 5 conductors. • To provide corrosion protection, ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. • Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials. Use the following materials for Type C cables: • Unless otherwise shown on the plans, use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor. Ensure conductors have a minimum of 2 twists per foot within the cable. • Use cables that have 100% shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper, 2 AWG sizes less than the conductor, and in continuous contact with the aluminum side of the shield material. • Ensure the jacket is black polyethylene. • Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2 -ft. intervals on a tape under the outer jacket. 2.7. Sampling. The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA. The samples will be at least 3 ft. long. Replace any cable failing to meet IMSA requirements. Item 684 Traffic Signal Cables Page. 2 Corpus Christi Standard Specification for Construction June 29, 2015 3. CONSTRUCTION For each cable run in underground conduit, coil an extra 5 ft. of cable in each ground box. Splices are not permitted in Type A and B cables unless shown on the plans, or approved in writing. Ensure splices are watertight. Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing. Use non -corrosive solder for splices. Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables. Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Traffic Signal Cables" of the types and sizes specified. This price is full compensation for furnishing and installing materials, and for equipment, labor, tools, and incidentals, except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes, pole bases, and on span wires will not be paid for directly but will be subsidiary to pertinent Items. Item 684 Traffic Signal Cables Page. 3 16 Conductor IMSA Spec 19-1/Stranded Signal Cable Color Code Controller Cabinet to each Signal Pole Cable Color: = Signal Head: Red Orange Green Blue White/Black. Red/Black Green/Black Red/White Green/White Black/Red Black/White Blue/White Black Orange/Black Blue/Black White Red Ball Amber Ball Green Ball Green Arrow Amber ArrOW Ped D/W Phase 2 or 6 Ped Walk Phase 2 or 6 Ped D/W Phase 4 or 8 Ped Walk Phase 4 or 8 Ped Button Phase 2 or 6 Ped Button Phase 4 or 8 ILL. Street Name Sign Luminaire Street Light Spare Spare Neutral 4 Conductor IMSA Spec 19-1/Stranded Signal Cable Color Cocle 3 -section signal head & Ped signal Cable Color: = Signal Head: Red Black Green White Reel Ball Amber Ball Green Ball Neutral 7 Conductor IMSA Spec 19-1/Stranded Signal Cable Color Code 5 -section signal head Cable Color: — Signal head: Red Red Ball Orange Amber Ball Green Green Ball Blue Green Arrow White/Black Amber Arrow Black Spare White Neutral Corpus Christi Standard Specification for Construction June 29, 2015 Item 686 Traffic Signal Pole Assemblies (Steel) DESCRIPTION ■ Installation. Fabricate, furnish, and install steel traffic signal pole assemblies. ■ Relocation. Remove and relocate existing steel traffic signal pole assemblies. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: Item 416, "Drilled Shaft Foundations" Item 421, "Hydraulic Cement Concrete" Item 441, "Steel Structures" Item 442, "Metal for Structures" Item 445, "Galvanizing" Item 449, "Anchor Bolts" Furnish alloy steel or medium -strength mild steel anchor bolts in accordance with Section 449.2.1., "Bolts and Nuts," unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design. Fabricate poles assemblies in accordance with this Item to the designs shown on the plans. Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole, electronically submit shop drawings in accordance with Item 441, "Steel Structures," to the Bridge Division for approval. 3.2. Fabrication. Fabricate and weld in accordance with Item 441, "Steel Structures," AWS D1.1, Structural Welding Code—Steel; and the requirements of this Item. Fabrication tolerances are given in Table 1. Table 1 Fabrication Tolerances Part Dimension Tolerance (in.) Pole and mast arm shaft ,Attachment Length ±1 Thickness +0.12, -0.02 Difference between flats or ±3/16 Straightness 1/8 in 10 ft. locations ±1 Base and mast arm mounting plates Overall ±3/16 Thickness +1/4, -0 Deviations from flat 3/16 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Anchor bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length -1/4 Assembled shafts Angular Orientation 1/16 in 12 in.1 Centering ±3/16 Twist 3°in 50 ft. 1. 1/8 in 12 in. between mount'ng plates and between mounting plates and base plates. Item 686 Traffic Signal Pole Assemblies Page. 1 Corpus Christi Standard Specification for Construction June 29, 2015 Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS -7380, "Steel Non -Bridge Member Fabrication Plant Qualification." The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans. The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. And longer. Provide circumferential welds only at the ends of the shafts. Provide no more than 2 longitudinal seam weld in shaft sections. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. Ensure 100% penetration within 6 in. of circumferential base welds and 60% minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot -dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load (actual or simulated) applied. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark, at a visible location when erected, pole base plates and mast arm mounting plates with the design wind speed. Permanently mark, at a visible location when erected, pole base plates and fixed mast arm mounting plates with the fabrication plants insignia or trademark. Place the mark on the pole base plate adjacent to the hand- hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. Ship all components with a weatherproof tag identifying the manufacturer, Contract number, date, and destination of shipment. 3.3. Installation. Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities. Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449, "Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in 2 places to its washer. Tack weld each washer to the base plate in 2 places. Never weld components to the bolt. Tack weld in accordance with Item 441, "Steel Structures." After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5., "Repairs." Do not grout between the base plate and the foundation. Item 686 Traffic Signal Pole Assemblies Page. 2 Corpus Christi Standard Specification for Construction June 29, 2015 4. 5. 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. Repair or replace damaged components as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans, or as directed. Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Install existing pole assemblies on new foundations in accordance with Section 686.3.3., "Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Traffic Signal Pole Assemblies (Steel)" of the types and sizes specified or "Relocate Traffic Signal Pole Assemblies (Steel)" of the types specified. New drilled shaft foundations will be paid for under Item 416, "Drilled Shaft Foundations." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms and luminaire arms; furnishing and placing anchor bolts, nuts, washers, and templates; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing traffic signal pole assemblies; removing existing foundations; backfilling and surface placement; storing the components to be reused or salvaged; furnishing, fabricating, and installing required new components including anchor bolts, nuts, washers, and templates; placing and securing traffic signal pole assemblies on new foundations; furnishing and placing conduit, ground rods, and wiring; disposal of unsalvageable materials; loading and hauling; and materials, equipment, labor, tools, and incidentals. Item 686 Traffic Signal Pole Assemblies Page. 3 Vim RON�X" SmartSensor Advance SmartSensor Advance The Wavetronix SmartSensor AdvanceTM bridges the gap between safety and efficiency with one -of -a -kind SafeArrivalTMtechnology. SafeArrival allows custom management of intersections based upon the estimated time of arrival (ETA), speed and range of vehicles approaching the stop bar. Features • Advance detection at signalized • Cost savings due to extended 500 -ft, intersections range • Patented digital wave radar • Auto -configuration software for PC • Breakthrough SafeArrival technology and Pocket PC for safe and efficient dilemma zone ■ Easy integration with Wavetronix protection Click! products • Easy integration with the • Non -intrusive, aboveground position SmartSensor Matrix into the same makes sensor easy to install Intersection Preassembled Backplate • Consistent all-weather, all -condition • Latched channel functionality for performance queue length detection W X-500.0070 Mounts on vertical polo of mast arm 17' to 40' (sdv mounting guide ines ) 1 Ordering Information Part Number — WX-SS-200V Standard backplate WX-SS-200V-002 Full rotational backplate WX-SS-200VR retrofitted sensor with standard backplate WX-SS-200VR•002 retrofitted sensor with full rotational backplate Recommended Accessories • Wavetronix Install Kit — WX-SS-KIT • Click! 112/114 rack cards — WX-CLK-112/114 • Clickl 172/174 rack cards — WX-CLK-172/174 • SmartSensor 6 -conductor cable — WX-SS-704-xxx/705 • Intersection Preassembled Backplate AC — WX-SS-B01-0003/WX-SS-B01-0005 • Intersection Preassembled Backplate DC — W X -S5 -B01-0002/ WX-SS-B01-0004 • Intersection Preassembled Rack — WX-SS-(302-0003/ WX-S3-802-0002 Wavetronix 78 East 1700 South Provo, UT 84606 Phone: 801-764-0277 Fax: 801-764-0208 Email: sales@wavetronix.com Website: www.wavetronix.com Technical Specifications Measured Quantities and Outputs • Per -vehicle range, speed, stop -bar ETA • Dynamic density (a measure of instantaneous roadway efficiency) • Number of simultaneous vehicle detections: 25 • Logic filters for zone output • Combinational logic applied to zone outputs for alert output • Channel output from multiple alerts • Latched channel output controlled by alerts and timer • Delay and extend settings used for channel outputs • Number of channels: 8 • Detection data available via serial communications Detectable Area • Maximum mounting distance from center of lanes: 50 ft. (15.2 in) • Maximum mounting height: 40 ft. (12.2 m) • Detection area: 50 to 500 ft. (15.2 m to 152.4 m) • Percentage of vehicles detected before 400 ft. (121.9 m): large vehicles 95%; all motor vehicles 90% Performance • Detection accuracy: Targe vehicles 98%; all motor vehicles 95% • Range accuracy: ±10 ft. (3 m) for 90% of measurements • Speed accuracy: ±5 mph (8 kph) for 90% of measurements • ETA accuracy: ±1 sec. for 85% of measurements Performance Maintenance • No cleaning or adjustment necessary • No battery replacement necessary • Mean time between failures: 10 years (estimated based on manufacturing techniques) Physical Properties • Weight: 3.8 lbs. (1.7 kg) • Physical dimensions: 13.2 in. x 10.6 in. x 3.8 in. (33.5 cm x 26.9 cni x 9.7 cm) • Resistant to corrosion, fungus, moisture deterioration and ultraviolet rays • Enclosure: Lexan polycarbonate • Outdoor weatherable: UL 74GC • Watertight by NEMA 250 standard • NEMA 250 compliant for: External icing (clause 5.6) ▪ Hose down (clause 5.7) U 4X corrosion protection (clause 5.10) • Gasket (clause 5.14) • Withstands 5 -ft. (1,5-m) drop • Connector: MIL -C-20482 • Ships with rotational backplate for 360° roll Electrical • Power consumption: 3.2 W @ 12 VDC • Supply voltage: 9-28 VDC • Onboard surge protection Communication Ports • Two half -duplex RS -485 corn ports support: O Dedicated detection comms n Configuration, verification or traffic display without disrupting detection comms • Firmware upgradability over any corn port • User configurable: • Baud rate n Response delay 2 www.wavetronix.Com imayfilz SmartSensor Advance • Contact closure data output frequency • Supported baud rates: 9600, 19200, 38400, 57600 and 115200 bps ■ Contact closure data output frequency: o Minimum: 50 ms • Default: 130 ms • Contact closure data latency (varies with baud rate and output frequency): o Minimum: 55 ms (this is achieved using 57600 bps baud rate and 50 ms output frequency) • Default: 142 ins (this is achieved using 9600 bps baud rate and 130 ms output frequency) Radar Design a Operating frequency: 10.5-10.55 GHz (X -band) e No manual tuning to circuitry a Transmit modulated signals generated digitally n No temperature -based compensation necessary • Bandwidth stable within 1% • Printed circuit board antennas ■ Antenna vertical 6 dB beam width (two-way pattern): 80° • Antenna horizontal 6 dB beam width (two-way pattern): 10.5° • Antenna two-way sidelobes -40 dB • Transmit bandwidth: 45 MHz • Un -windowed resolution: 11 ft. (3.4 m) • RF channels: 4 Configuration • Automatic and manual configuration of detection sensitivity in 5 -ft. (1.5-m) increments • Channel outputs: 8 • Alerts per channel: 4 (32 total) o Zones per alert: 4 (128 total) • Zone size increment: 5 ft. (1.5 m) • Maximum detection zone size: 450 ft. (137.2 m) • High speed and low speed detection filters • Speed filter increment: 1 mph (0.3 m) • Upper and lower ETA filters • ETA filter increment: 0.1 seconds • Upper and lower count filters • Count filter increment: 1 • Graphical user interface with traffic representation • Display of configured alerts and their actuation • Vehicle track file logging • Supported operating systems: o Windows® Mobile (Socket Mobile 650-M) o Windows XP o Windows Vista o Windows 7 • Software supported functionality: o Auto -find baud rate o Auto -find serial port o TCP/IP connectivity o Virtual sensor connections u Sensor configuration backup and restore Operating Conditions • Accurate performance in: o Rain up to 4 in. (10.2 cm) per hour ▪ Freezing rain • Snow o Wind o Dust o Fog • Changing temperature o Changing lighting (even direct light on sensor at dawn and dusk) • Ambient operating temp: -40°F to 165°F (-40°C to 74°C) • Humidity: up to 95% RH (non -condensing) Testing • Tested under FCC CFR 47, part 15, section 15.245 • FCC certification on product label • FCC regulation -compliant for life of the sensor ■ Tested under NEMA TS 2-1998 o Shock pulses of 10 g. 11 ms half sine wave o Vibration of 0.5 g up to 30 Hz o 300 V positive/negative pulses o Stored at -49°F (-45°C) for 24 hours o Stored at 185°F (85°C) for 24 hours o Operation at -29.2°F (-34°C) and 10.8 VDC o Operation at -29.2°F (-34°C) and 26.5 VDC o Operation at 165.2°F (74°C) and 26.5 VDC o Operation at 165.2°F (74°C) and 10.8 VDC Manufacturing • Manufactured in the USA • Surface mount and wave solder assembly ■ IPC -A -610C Class 2 -compliant • Operational testing: o Sub -assembly test o 48-hour unit level burn -in • Final unit test • Unit test results available Support • Training and tech support available from Wavetronix • Wavetronix training includes: o Installation and configuration instruction to ensure accurate performance o Classroom and in -field instruction o Knowledgeable trainers o Use of presentation materials o Virtual configuration using computer playback o Instruction in use of computer and handheld devices and other necessary equipment 3 SmartSensor Advance • Wavetronix tech support includes: • Technical representatives available for installation and configuration Ongoing troubleshooting and maintenance support Documentation • Comprehensive user guide • Installer quick -reference guide • User quick -reference guide • [Documentation available upon request: • Detection accuracy O Range accuracy O Earliest range of detection • Speed accuracy • ETA accuracy • FCC CFR 47 certification • NEMA 250 standard for type 4X enclosure third -party test data • NEMA TS 2-1998 standard third -party test data Warranty • Two-year warranty against material and workmanship defect The advertised detection accuracy of the company's sensors is based on both external and internal testing, as outlined in each product's specification document. Although our sensors are very accurate by Industry standards, like all other sensor manufacturers we cannot guarantee perfection or assure that no errors will ever occur In any particular applications of our technology. Therefore, beyond the express Limited Warranty that accompanies each sensor sold by the company, we offer no additional representations, warranties, guarantees or remedies to our customers. it is recommended that purchasers and integrators evaluate the accuracy of each sensor to determine the acceptable margin of error for each application within their particular system(s). www.wavetranlx.cotn " pTTRONIX" SmartSensor Advance SmartSensor Advance Bid Specification 1.0 General. This item shall govern the purchase of above- ground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor AdvanceTM. A CTAD detects vehicles by transmitting electromagnetic radar signals through the air. The signals bounce off vehicles in their paths and part of the signal is returned to the CTAD. The returned signals are then processed to determine traffic parameters. CTADs are not affected by normal weather and environmental conditions such as rain, wind, snow, dust, etc. They also do not require cleaning and can maintain performance over a wide range of ambient temperatures. C'IADs provide a non -intrusive means of detecting traffic because they can be installed at the side of a roadway. This property not only makes them safer to install but also more cost-effective than sensors that require roadway modifications or placement. 2.0 Measured Quantities and Outputs. The CTAD shall detect range, speed, vehicle estimated time of arrival (ETA) to the stop bar for vehicles or clusters of vehicles moving in the user -selected direction of travel. The CTAD shall also detect instantaneous roadway efficiency. The CTAD shall be able to simultaneously detect and report information from up to 25 vehicles on the roadway when they are serially sequenced between the near and far boundaries. The CTAD shall turn on a zone output when the range, speed, ETA, and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. The CTAD shall tum on an alert output on when the user - defined zone output combinational logical is satisfied. The CTAD shall turn on a normal channel output when any of the channel's alerts is on and the channel's delay and extend time constraints are satisfied. The CTAD shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied. The CTAD shall turn off a latched channel output when the off alert is turned on or the max tuner expires and the extension time is satisfied. Channel outputs are used to create contact closures which can be used as inputs into a traffic couhrollet: The CTAD shall provide vehicle call and extend data on up to eight channels that can be connected to contact closure modules compliant with NEMA TS 1, NEMA 'I'S 2,170, and 2070 controller cabinets. The CTAD shall be capable of providing data for each tracked detection over the serial ports. When vehicular track file data is available on the serial ports, the data is Then available an the communications network without the use o f n traffic controller or n contact closure data recorder. Vehicular track file data is useful for traffic study applications and for performing comparisons between traffic sensors. 3.0 Detectable Area. 3.1 Mounting Location. The CTAD shall be able to detect and report vehicle information when mounted within 50 ft. (152 rn) of the center of the lanes of interest. The CTAD shall be able to detect and report vehicle information when mounted at heights up to 40 ft. (12.2 m) above the road .surface. 3.2 Detection Range. The C'I'AD shall be able to detect and report information on the roadway located with the near boundary at 50 ft. (15.2 m) from the base of the pole on which the CTAD is mounted. The CTAD shall be -able to detect and report information on the roadway located with the far boundary at 500 ft. (152.4 m) from the base of the pole on which the CTAD is mounted. For incoming traffic, 95 percent of large vehicles within the Zine -of -site of the CTAD shall be detected and reported before they arrive 400 ft. (121.9 m) from the sensor. For incoming traffic, 90 percent of all motor vehicles within the line -of -site of the C'I'AD shall be detected and reported before they arrive 400 ft. (121.9 m) from the sensor. 4.0 Performance. 43 Detection Accuracy. The CTAT) shall detect at least 98 percent of large vehicles like truck -trailer combinations and at least 95 percent of all motor vehicles within the line -of -sight of the CTAD sensor where multiple detections of multi -unit vehicles are not considered false detections and merged detections of adjacent lane vehicles are not considered missed detections. 5 • SmartSensor Advance 4.2 Range Accuracy. The CTAD shall provide range measurements in which 90% of the measurements are accurate within 10 ft. (3 m) when the vehicle is tracked independently. 4.3 Speed Accuracy. The CTAD shall provide per vehicle speed measurements in which 90% of the measurements are accurate within 5 mph (8 kph) when tracked independently. 4.4 ETA Accuracy. The CTAD shall provide estimated time -of -arrival (iTA) measurements in which 85% of the measurements are accurate within one second, when the detected vehicles are tracked independently at a constant speed above 40 mph (64 kph) and are within 2.5 and 5.5 seconds of the stop bar. 5.0 Performance Maintenance. The CTAD shall not require cleaning or adjustment to maintain performance. The CTAD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. Once the CTAD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. The mean time between failures shall be 10 years, which is estimated based on manufacturing techniques, 6.0 Physical Properties. The CTAD shall not exceed 4 lbs. (1,8 kg) in weight. The CTAD shall not exceed 14 in, x 11 in. x 4 in, (35.6 cm x 27.9 cm x 10,2 cm) in its physical dimensions. All external parts of the CTAD shall be ultraviolet -resistant, corrosion -resistant, and protected from fungus growth and moisture deterioration. 6.1 Enclosure. The C'I'AD shall be enclosed in a Lexan polycarbonate The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. The CTAD shall be classified as watertight according to the NEMA 250 standard, The CTAD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7) • 4X corrosion protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The CTAD shall be abie to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. The CTAD enclosure shall include a connector that meets the MIL -C-26482 specification. The MIL -C-26482 connector shall provide contacts for all data and power connections. 7.0 Electrical. The CTAD shall consume less than 4 W @ 12 VDC. The CTAD shall operate with a DC input between 12 VDC ani 28 VDC. The CTAD shall have onboard surge protection. 8.0 Communication Ports. The CTAD shall have two communication ports, and birth ports shall communicate independently and simultaneously. Tido independent communication ports allow one port to be used for configuration, verification and traffic monitoring without interrupting communications on the dedicated data port. The CTAD shall support the upload of new Firmware into the CTAD's non-volatile memory over either communication port. The CTAD shall support the user configuration of the following: • Baud rate * Communication port response delay • Contact closure output frequency Goth communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. The contact closure output frequency shall be user configurable as short as 10 ms, with a default near 130 ms for compatibility. Contact closure data shall be reliably communicated over homerun cable connections as long as 600 ft. (182.9 m) with latency from the time of channel requirement satisfaction to the eventual reporting of the detections on the back edge of the contact closure card in 15 ms or less. Contact closure data latency is dcpe.ndcnt 017 band rate and output frequency settings. The required nminhnann must be achievable when the bond rote is set to n high value and the output frequency is set to n frequent value. www.wavetranix.com -" AVETRONIX" SmartSensor Advance 9.O Radar Design. 9.1 Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year, Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal, This specification ensures that, during operation, the CTAD strictly conforms to FCC requirements and that the radar signal quality is maintained for precise algorithmic quality. Analog and Microwave components within a CTAD hove characteristics that change with temperature variations nud age. If the output transmit signal is not referenced to n stable frequency source, them the CTAD is likely to experience unacceptable frequency variations which may cause it to transmit out of its FCC allocated bard and thus will be non-compliant with FCC regulations. The CTAD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. Temperature -based compensation techniques have been shown to be insufficient to ensnare transmit frequence/ stability. One reason this type of technique is not sufficient is that it does not compensate for frequency variations due to component aging. The bandwidth of the transmit signal of the CTAD shall not vary by more than 11/4 tinder all specified operating conditions and over the expected life of the CTAD. The bandwidth ofa CTAD directly affects the measured range ofa vehicle. A change in bandwidth causes n direct error in the measured range, i.e., n 5% change in bandwidth would cause a range error of 10 ft. (3 n0 a vehicle at 200 ft. (61 nn). If the bandwidth changes by more than 1% due to seasonal telnperature variations and component aging, then the CTAD will need to be frequently reconfigured to maintain the specified accuracy. 9.2 Antenna Design. The CTAD antennas shall be designed on printed circuit boards. Printed circuit board antennas eliminate the need for RF connectors and cabling that result in decreased reliability. Printed circuit antennas are less prone to physical damage dere to their exiremeiy low mass. The vertical beam width of the CTAD at the 6 dB points of the two-way pattern shall be 65 degrees or greater. This enables the CTAD to provide simultaneous detection from the nearest to the furthest ranges. The vertical beam width of a CTAD determines the field of view in which it Carl detect traffic.. The horizontal beam width of the CTAD at the 6 dB points of the two-way pattern shall be 11 degrees or less. A narrow horizontal beam width narrows the field of view of the CTAD to the lanes of interest and helps to exclude the traffic traveling in the opposite direction. The sidelobes in the CTAD two-way antenna pattern shall be -40 dB or less. Loin sidelobes ensure that the perfarnuutce from the antenna beam widths is fully achieved. 9.3 RF Channels. The CTAD shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 10.0 Configuration. 10.1 Auto -configuration. The CTAD shall have a method for automatically configuring the sensitivity of detection in at least 5 -ft. (1.5-m) increments. This allows the sensor to quickly and accurately record the intensity of roadside clutter and set appropriate rejection thresholds to avoid false detections at different ranges. The auto -configuration method shall riot prohibit the ability of the user to manually adjust the CTAD configuration, The CTAD shall support the configuration of up to eight channel outputs with up to four alerts per channel and up to four zones per alert, resulting in 32 configurable alerts and 128 configurable zones. 10.2 Zone Configuration. The CTAD shall support the configuring of zones in 5 -ft. (1.5-m) increments. The CTAD shall support detection zones as long as 450 ft. (137.2 m). The ability to define one large zone simples and enhances configuration when compared to point detection schemes. The CTAD :hall support user configurable high-speed and low -speed detection filters for each zone. The CTAD shall support the configuring of speed filters in 1 -mph (1.6 -kph) increments, 7 SmartSenso Advance The speed thresholds On he used to provide superior gap management for green extension applications at signalized intersections, especially when a high-speed traffic stream presents a limited Windier of opportunities to gap out. For example, when the operational objective is to increase safety In/ extending Ilse green light for law-abiding high-speed drivers, reporting of low -speed vehicles is not desirable_ On the other hand, when the operational objective is lo increase efficiency by extending the green light fin' clearance of a low -speed traffic queue, reporl his of high-speed vehicles is not desirable 111 addition, these speed filters can be corfi,Vircd to screen out reporting of defections that may adversely impact opernliorml objectives. For example, !ow speed filters can also be used to screen out detection of low -speed clutter like unwanted detection of lure -only hays, pedestrians, swaying trees, aril vibrating signs. The CTAD shall support user configurable upper and lower estimated time -of -arrival (ETA) filters for each zone. The CTAD shall support the configuring of ETA filters in increments of 0,1 seconds, The ETA thresholds car be used to provide superior gap management for green extension applications at signalized intersections, especially when rt high-speed traffic strcmn presents rr limited number of opportunities to gap out, For example, when the cipernlionnl objective is to increase safety by extending the green light for law-nbiding high-speed drivers, reporting of vehicles upstream of 5.5 seconds and doms'reanm of 2.5 seconds may not be desirable. Vehicles with 2.5 to 5.5 seconds are commonly considered to be in the driver dilemma zone when the light turns yellow. However, motorists closer than 2.5 seconds can easily clear the intersection and diose beyond 5.5 seconds can be expected lo slop, Dilemma zone protection has been shown to reduce rent -light running and rear - end collisions. ETA filtering provides n dynamic form of dilemma zone protection hint adapts when traffic speeds rise above or fall below design assumptions used with traditional methods of fixed-point detection. ETA filtering also constrains reporting of detections to provide more gap out opportunities, avoid the likelihood Of rearing maximum green, and maximize the effective tive use of green Iay liming clearance of the last vehicle, Therefore, ETA filtering also provides practical efficiency benefits. The CTA).) shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. The CTAD shall support the configuring of qualified count filters in increments of one. These filters call be to provide superior gap management _.for green extension applications at signalized intersections, especially when a high-speed irnffrc stream presents it limited number of old portunilies to gap out. Qualified count is tied to the number of vehicles that meet the range, speed and ETA requirements of n zone. For example, for green extension it may be required that there are two vehicles detected within 2.5 to 5.5 seconds of the stop bar traveling above 35 mph (56 kph), instead of'just one. The logic is that if only one vehicle is in the dilemma zone, thnis is not as fhrentenirrg as if there o•e Iwo vehicles (one following the other), The fidlowing vehicle may incorrectly assume that the lead vehicle will try to clear the intersection and cause a rem' -end collision. Rend -end collisions are the most common form of collision at asignalized intersection. 10.3 Windowse-based Software. The CTAD shall include graphical user interface software that displays the current traffic pattern using a graphical traffic representation. A visual representation of traffic patterns allows an installer to quickly inssociatc specific detections with corresponding vehicles, and it facilitates verification. of CTAD performance. The graphical user interface shall also display all configured alerts and provide visual representation of their actuation. The graphical user interface shall provide anmeans of logging the vehicular track files with in update rate of greater than five times per second, The user configured baud rate will effect lie rate al which log files are logged. This regnrircrruail torsi be met at higher baud rates, The graphical interface shall operate on Windows Mobile, Windows XP, Windows Vista, and Windows 7 in the ,NET framework. The software shall support the following functionality: • Automatically find the correct baud rate • Automatically find the correct serial communication port • Operate over a TCP/IP connection • Provide a virtual sensor connection for software usabilty without a sensor • Give the operator the ability to save/back up the CTAD configuration to a file or load/restore the CTAD configuration from a file 11,0 Operating Conditions. The CTAD shall maintain accurate performance in all weather conditions, including www.wavetronix WAVETR©NIX SmartSensorAdvance rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. CTAD operation shall continue in rain up to 4 in. (10.2 cm) per hour. The CTAD shall be capable of continuous operation over an ambient temperature range of -40°F to 165°F (-40°C to 74°C). The CTAD shall be capable of continuous operation over a relative humidity range of 5% to 95% (non -condensing). 12.0 Testing. 12.1 FCC. Each CTAD shall be Federal Communications Commission (FCC) certified under CFR 4Z part 15, section 15.245 or 15.249 as an intentional radiator. The FCC certification shall be displayed on an external label on each CTAD according to the rules set forth by the FCC. The CTAD shall comply with FCC regulations tinder all specified operating conditions and over the expected life of the CTAD. 12.2 NEMA TS 2-1998 Testing. The CTAD shall comply with the applicable standards stated in the NEMA TS 2-1998 Standard. Third party test results shall be made available for each of the following tests: • Shack pulses of 10 g, 11 ms half sine wave • Vibration of 0.5 g up to 30 Hz • 300 V positive/negative pulses applied at one pulse per second at minimum and maximum DC supply voltage • Cold temperature -storage at -49°F (-45°C) for 24 hours • High temperature storage at 185°F (85°C) for 24 hours • Low temp, low DC supply voltage at -29.2°F (-34°C) and 10.3 VDC • Low temp, high DC supply voltage at 29.2°F (34°C) and 26.5 VDC • High temp, high DC supply voltage at 165.2°F (74°C) and 26.5 VDC • High temp, low DC supply voltage at 165.2°F (74°C) and 10.8 VDC 13.0 Manufacturing. The CTAD shall be manufactured and assembled in the USA. The internal electrimica of the CTAD shall utilize automation for surface mount and wave solder assembly, and shall comply with the requirements set forth in iPC-A-610C Class 2, Acceptability of Electronic Assemblies. The CTAD shall undergo a rigorous sequence of operational testing to ensure product functionality and reliability. Testing shall include the following: • Functionality testing of all internal sub -assemblies • Unit level burn -in testing of 48 hours' duration or greater • Final unit functionality testing prior to shipment Test results and all associated data for .the above testing shall he provided for each purchased CIAO by serial number, upon request. 14,0 Support. The CTAD manufacturer shall provide both training and technical support services. 14.1 Training. The manufacturer -provided training shall be sufficient to fully train installers and operators in the installation, auto -configuration, and use of the CTAD to ensure accurate CTAD performance. The manufacturer -provided training shall consist of comprehensive classroom labs and hands-on, in -the -field, installation and configuration training. Classroom lab training shall involve presentations outlining and defining the CTAD, its functions, and the procedures for proper operation. These presentations shall be followed by hands-on labs in which trainees shall practice using the equipment to calibrate and configure a virtual CTAD. To facilitate the classroom presentation and hands-on labs, the manufacturer -provided training shall include the following items: • Knowledgeable trainer or trainers thoroughly familiar with the CTAD and its processes • Presentation materials, including visual aids, printed manuals and other handout materials for each student • Computer files, including video and raw data, to facilitate the virtual configuration of the CTAD • Laptop computers or Windows CE handheld devices with the necessary software, and all necessary cables, connectors, etc. • All other equipment necessary to facilitate the virtual configuration of the CTAD Field training shall provide each trainee with the hands- on opportunity to install and configure the CTAD at the roadside. Training shall be such that each trainee will mount and align the CTAD correctly. 14.2 Technical Assistance. The manufacturer -provided technical support shall be available according to contractual agreements and a technical representative available to assist with the physical installation, alignment, and configuration of each supplied CTAD. Technical support shall be provided thereafter to assist 9 Smar#Sensor Advance with troubleslhooting, maintenance, or replacement of CTADs should such services be required. 15.0 Documentation. CTAD documentation shall include a comprehensive user guide as well as an installer quick - reference guide and a user quick -reference guide. l'he CTAD manufacturer shall supply the following documentation and specification test results at the time of the bid submittal: • Detection accuracy • Range accuracy • Earliest range of detection • Speed accuracy • ETA accuracy • FCC CFR 47 certification • NEMA 250 standard for Type 4X Enclosure third -party test data • NEMA TS 2-1998 standard third -party test data 16.0 Warranty. The CTAD shall be warranted free from material and workmanship defects for a period of two years from date of shipment. 14 www.wavetronix.cott arta,WNIX`' SmartSensor Advance ` SmartSensor Advance Installation Specification 1.0 General, This item shall govern the installation of an aboveground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor Advance, CTAD can provide accurate, consistent, and reliable data provided they are installed properly. The requirements in this specification are intended to ensure proper CTAD.installation. 2.0 Mounting and Installation. 2.1 Mounting Assembly. The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm, or other solid structure. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The CTA[) mounting assembly shall be constructed of weather -resistant materials and shall be able to support a 20 -Ib. (9.1 -kg) load. 2.2 Mounting Location. The CTAD shall be mounted at a height that is within the manufacturer's recommended mounting heights. The CTAD shall be mounted at an offset from the center of the lanes of interest that is consistent with the CTAD's maximum offset. The CTAD shall be mounted in a forward -fire position, looking towards either approaching or departing traffic. The CTAD shall be mounted So that it is pointed within 10 ft. (3 m) of the target point as defined by the manufacture's table of target points for mounting offsets and mounting heights. The CTAD shall be mounted so that its vertical center line is within 5 degrees of the lanes of interest as described the manufacture's documentation. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. Two CTAD units shall not be mounted so that they are pointed directly at each other. CTADs that are mounted within 20 ft. (6.1 m) of each other shall be configured to operate ori different RF channels regard -less of the pointing direction of the CTAD. The CTAD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. The CTAD shall be mounted at least 30 ft. (9.1 m) h the side of any such overhead structures. 2.3 Cabling. The cable end connector shall meet the MIL -C-26482 specification and shall be designed to interface with the appropriate MIL -C-26482 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the backshcll's cable 0.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connector's are Cannon's KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo-2207-2002- PVCGY or an equivalent cable that conforms to the following specifications: • The RS -485 conductors shall be a twisted pair. • 'fhe RS -232 and RS -485 conductors shall have nominal capacitance conductor to conductor of less than 45 pF/ft at 1 kHz. • The R5 232 and RS -485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/1000 ft. (304.8 m) at 68°F (20°C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/1000 ft. (304.8 rn) at 68°F (20°C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall have a single continuous run with no splices. The cable: shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed the following limits for the operational baud rate of RS -485 communications: Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps Gable Length 300 ft. (91.4 m) 600 Ft. (182.9 m) 800 ft. (243.8 m) 1000 ft. (304.8 m) 2000 ft. (609.6 m) 11 SmartSensor Advance NOTE: These represent maximum data rates. The data rate used should be the minimum data rate requited for operation. If communication is conducted over the RS -232 bus, then the RS -232 driver must be able to source and sink *7 mA or more. The cable length shall not exceed the following limits for the operational baud rate of R-5232 communications: Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 40 ft. (12.2 m) 60 ft. (18.3 m) 100 ft. (30.5 in) 140 ft. (42.7 m) 200 ft. (61 m) NOTE: Those represent maximum data rates. The data rate used should be the minimum data rate required for operation. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft. (33.5 m). If 24 VDC is being supplied for the CTAD then the cable length shall not exceed 600 ft; (182.9 m). If a cable length of 600 ft. (182.9 m) to 2000 ft. (609.6 m) is required, the power cable shall be an AN1XTFR 2A-1402 or equivalent cable that meets the following requirements: • 10 AWG conductor size/gauge • 2 conductor count • Stranded cable type • Bare copper material • 600 V range • 19497 (90°C) temperature rating • PVC/nylon insulation material • PVC—polyvinyl chloride jacketing material • 25 A per conductor Both communication and power conductors can be bundled together in the same cable as long as the above- mentioned conditions are met. 2.4 Lightning Surge Protection.' rhe CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000-4-5 Class 4 specifications. The lightning surge protection unit shall be the Wavetronix Click!Tnr 200 or equivalent. 2.5 Power Supply. The CTAD shall be installed using the Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications. The power converter shall be power rated at 15 W or greater at 77°F (25°C) and 10 W or greater at 165°F (74°C). The power converter shall operate in the temperature range of to -29°P to 165°F (-34°C to 74°C). The power converter shall operate in the humidity range of 5% to 95% at 77°F (25°C) non -condensing. The power converter shall accept an input voltage of 85 to 264 VAC or 120 to370VDC. The power converter shall operate: at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC ±4%. The power converter shall have a hold -tile ti of greater than20 ms at 120 VAC. The power converter shall withstand a voltage across its input and output of 2 kV. The power converter shall withstand a voltage across its input and ground of 1.5 kV. The power converter shall comfarm to safety standards UL 60950 and EN 60950, The power converter shall conform to EMC standards EN 55022 Class B and EN 61000-3-2, 3. In brown -out conditions (i.e. <85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 2.6 Input File Cards. If input file cards are used in the detection system, then the Click! 172, Click! 174 or an equivalent that meets the following specifications shall he used. The input file cards shall be compatible with 170, 2070, NEMA TS 1, and NEMA TS 2 style input racks. The input file card shall translate data packets from the CTAD into contact closure outputs. The input file card shall support actuation mode (passage detection output in real time) of operation. The input file card shall receive data packets over an RS -485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. The input file card shall autobaud and auto -detect a CTAD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS 2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 12 wwwwavetronix.cam Corpus Christi Standard Specification for Construction June 29, 2015 1. 2. Item 688 Pedestrian Detectors and Vehicle Loop Detectors DESCRIPTION Furnish and install traffic signal detectors. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 618, "Conduit" • Item 624, "Ground Boxes" • Item 682, "Vehicle and Pedestrian Signal Heads" • Item 684, "Traffic Signal Cables" 2.1. Pedestrian Detectors. Supply housing or an adapter (saddle) that conforms to the pole shape, fitting flush to ensure a rigid installation. Supply adapters of the same material and construction as the housing. Supply push-button switches that have single -pole, single - throw contacts and screw-type terminals and have a design life of at least 1 million operations. Ensure the internal components provide a push-button with normal open contacts, and include all electrical and mechanical parts required for operation. Ensure the push-button assembly is weather -tight and tamperproof, is designed to prevent an electrical shock under any weather condition, and has provisions for grounding in accordance with the NEC. 2.1.1. Standard Pedestrian Detectors. Provide a 2 -piece cast aluminum housing unit consisting of a base housing and a removable cover. Provide threaded holes for 0.5 -in conduit in the housing for any necessary conduit attachment. Ensure the manufacturer's name or trademark is located on the housing. 2.1.2. Accessible Pedestrian Signals (APS). Provide accessible pedestrian detectors in accordance with DMS -11132, "Accessible Pedestrian Signals (APS)." 2.2. Vehicle Loop Detectors. Use stranded copper No. 14 AWG XHHW cross-linked- thermosetting- polyethylene -insulated conductor rated for 600 volts AC for vehicle detector loop wire unless otherwise shown on the plans. Ensure each length of wire shows the name or trademark of the manufacturer, insulation voltage rating, wire gauge, and insulation type at approximate 2 -ft. intervals on the insulation surface. When shown on the plans, use flexible vinyl or polyethylene tubing with 0.184 in. minimum inside diameter, 0.031 in. minimum wall thickness, 0.26 in. maximum outside diameter, and a smooth bore. Use tubing that does not adhere to the loop wire in any way and is capable of resisting deterioration from oils, solvents, and temperatures up to 212°F. Use tubing that is abrasion -resistant and remains flexible from -22°F to 212°F. Use orange or red tubing unless otherwise shown on the plans. Use sealant for the vehicle detector loops in accordance with DMS -6340, "Vehicle Loop Wire Sealant." Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.1 Corpus Christi Standard Specification for Construction June 29, 2015 3. CONSTRUCTION 3.1. Pedestrian Detectors. 3.1.1. Push -Button Unit. Meet the requirements of the TMUTCD when installing push -buttons. Wire the push- button according to manufacturer's installation instructions. Close unused housing openings with a weather- tight closure painted to match the housing. Verify that each button is communicating and fully functional. Do not use terminal connections or splice wire leads except at approved locations. All allowed splices must be watertight. Attach wires to terminal posts with solderless terminals unless otherwise advised by manufacturer's recommendations. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Mount a pedestrian push button sign near each push button as shown on the plans. For installations where APS buttons are placed less than 10 ft. apart from one another, program the appropriate speech walk message (include the name of the appropriate street in the message) for these buttons. When 2 APS buttons are installed on the same pole ensure that the APS buttons are insulated to eliminate vibrations from traveling to the other button. 3.1.2. Controller Unit. If a controller unit is required by the plans, integrate the pedestrian controller unit into the traffic signal controller cabinet assembly. 3.2. Vehicle Loop Detectors. Provide the loop location, configuration, wire color, and number of turns shown on the plans. Loops may be adjusted by the Engineer to fit field conditions. 3.2.1. Saw -Cuts. Cut the pavement with a concrete saw to form neat lines. Do not exceed 1 in. depth on concrete bridge slab saw -cuts. Cut all other saw -cuts deep enough to provide a minimum of 1 in. depth of sealant over the wire. Make a separate saw -cut from each loop to the edge of the pavement unless otherwise shown on the plans. Ensure the cut is clean and dry when the wire and sealant are placed. 3.2.2. Conduit. Place conduit between the pavement and ground box as shown on the plans. 3.2.3. Loop Wire Color. Use the following color code unless otherwise shown on the plans. Use white for the first loop on the right followed by black, orange, green, brown, and blue. Use the same color for all loops in the same lane. Loops installed in multi -lanes will have the same color code in the order the loops are installed. When facing the same direction that traffic flows, the color code will read from right to left for all lanes carrying traffic in that direction. If traffic moves in 2 directions, the color code will be repeated for the other direction of traffic. 3.2.4. Loop Wire Installation. When shown on the plans, place the loop wire in a flexible vinyl or polyethylene tubing in accordance with Article 688.2., "Materials." The loop wire color requirements do not apply to wires in tubing. Twist the wire from the loop to the ground box a minimum of 5 turns per foot. When only one pair of wires is in a saw -cut, it need not be twisted while in the saw -cut. Do not splice loop wire in the loop or in the run to the ground box. Hold the loop wire in place every 2 ft. with strips of rubber, neoprene flexible tubing, or polyethylene foam sealant approximately 1 in. long. Leave these strips in place and fill the slot with loop sealant. Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.2 Corpus Christi Standard Specification for Construction June 29, 2015 Splice the loop lead-in cable and loop detector wires only in the ground box near the loop it is serving. Use non -corrosive solder for splices and ensure the splice is watertight. Ground the drain wire of the loop lead-in cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. 4. MEASUREMENT This Item will be measured by the foot of saw -cut containing loop wire and each pedestrian push-button and controller unit. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Vehicle Loop Detectors" of the type specified, "Pedestrian Detector Push-button Units" of the type specified or "Pedestrian Detector Controller Unit." This price is full compensation for furnishing, installing, and testing the detectors, detector controller units, including detector configuration devices or software (when applicable); saw -cutting, excavation, backfill, sealant, and sealant placement; pavement repair associated with saw -cutting; and materials, equipment, labor, tools, and incidentals, except as follows. The conduit and loop wire from the edge of pavement to the ground box used for the vehicle loop detectors will not be measured or paid for directly but will be subsidiary to this Item. New ground boxes will be paid for under Item 624, "Ground Boxes." New loop lead-in cable will be paid for under Item 684, "Traffic Signal Cables." Item 688 Pedestrian Detectors and Vehicle Loop Detectors Page.3 i�tt www.peicolnC.00m EDMOND, QK 73013 \•,% 405-34oa434 PELCO PRODUCTS, INC. FAX: 405.340.3435 1'Itis drawing is for reference only. It is the property ro erl of Pe!co and is not to be used in or inpart without Relco's permission. P ASSEMBLY SHEET REF: TITLE: Station Assy, Push Button 5" x 7-3/4", Left Man & Left Arrow, Pole Mount, Alum PART NO.: SE-0264.1030 2— - C:=3_r Note: Black Ink on PNC (No Color) White Ink on Black Silver Ink on Black _Paint=PXX .l J ivf . _ PART NO SE-0264-1030-106-PNC SE-0264-1030-4H-106-PNC 4-Holes J j i Legend Color Process No Color=PNC OPTIONS 4-Hole Cover Mount (SE-0264-1030-M2) 6-Hole Cover Mount (SE-0264-1030-M3) Legend Color: 106=Gloss Black Ink 107=Gloss White Ink 110 =Gloss Silver Ink Paint ITEM PART NUMBER - DESCRIPTION QTY 1 SE-0264-1030-M1 Station, Push Button, 5" x 7-3/4", "Left Man, Left Arrow", 2 Hole Cover Mounting, Alum 1 2 SE-0296-PNC Plug, Tapered, #21, for Push Button Body, Blue 1 3 SE-0245-PNC Plug, Threaded Conduit, 1/2" , Diecast 1 C JACKSON 9/2/2010 DRAWN; DATE: l KAK 913/2010 CtiK'o: GATE: I I REV REV: CHK'D. DATE: 1 SHEET 1 OF 1 ♦A11‘ www.pelcomc.cofll fDIii) LLIMON�, Q13 4U5-3A0.3A3A PELCO PRODUCTS, INC, FAX: 405.340-3435 This drawing is for reference only. It is the property whole or in part without Pelco's permission. YgGqp ��a � @� �, ��/� � � tl a _� N� � G REF: TITLE: Station Assy, Push Button 5" x 7-3/4", Right Man & Right Arrow, Pole Mount, Alum PART NO.: SE -0254-1031 PART NO SE -0264 -1031 -106 -PNC SE -0264 -1031 -4H -106 -PNC .� '� 1n 4 -Holes -- Legend Color Process No Color=PNC Paint=PXX - OPTIONS Note: Black Ink on PNC (No Color) 4 -Hole Cover Mount (SE -0264-1031-M2) 6 -Hole Cover Mount (SE -0264-1031-M3) Legend Color: 106=Gloss Black Ink 107=Gloss White Ink 110=Gloss Silver Ink White Ink on Black Paint Silver Ink on Black ITEM PART NUMBER DESCRIPTION QTY 1 SE -0264-1031-M1 Station, Push Button, 5" x 7-3/4", "Right Man, Right Arrow", 2 Hole Cover Mounting, Alum 1 2 SE -0296 -PNC Plug, Tapered, #21, for Push Button Body, Blue 1 3 SE -0245 -PNC Plug, Threaded Conduit, 1/2" , Diecast 1 C JACKSON .912/2010 DRAWN. DATE. 1 KAK DATe913120101 CHK'D, REV. f Cev CNK'D: DATE 1 SHEET 1 QF 1 PROJECT STREET DEPT. TRAFFIC SIGNAL STANDARDS A DRAWN0 NO, PINOULDWG TILL NAM PINOULDWO XI A NC 13 NC NC D FOCUS XX E NC Sync/Video Shield G VIDEO OUTPUT H NC J EARTH GROUND I< AC NEIJT L AC HIGH M NC N NC P ZOOM R LENS COMMON S NC WIRE; SIDE: I< o C�ra MS3114E20-16P (MALE BULKHEAD) MS3126E20-16S (FEMALE MATE) CITY of CORPUS CHRISTI TEXAS Street Services Traffic Signals Revised 01/10/11 Last printed 01/10/11 8:49 AM TITLE CAMERA CONNECTOR PINOUT U -MO -200 RAWN 'J!' 21 -AU Ui-1 1 1 -� -2002 CHECNLD 0 R1 -AUGUST -2001 APPROVED _-- PENSION DATE elage.. PLCO PODUCT5, INC. CAMERA MOUNTINGS Astro -Brat 12 ITEM 1-4 OPTIONS TUBE LENGTH: 23", 37", 46", or 74" CABLE LENGTH: 62", 84", or 96" PAINT 10 12 ITEM DESCRIPTION PART NO. VIDEO DETECTION CAMERA BRACKET Extended Tilt & Pan, Stellar Series: Cable Mount, 1 -Piece AS -0175 Cable Mount, 2 -Piece AS -0169 Cable Mount w/ Service Wire Outlet, 1 -Piece AS -0166 Cable Mount w/ Service Wire Outlet, 2 -Piece .............. _ .... _AS -0164 ` Band Mount, 1 -Piece AS -0170 Band Mount, 2 -Piece AS -0172 Band Mount w/ Service Wire Outlet, 1 -Piece AS -0177 Band Mount w/ Service Wire Outlet, 2 -Piece AS -0173 ASTRO-BRAC CLAMP KIT, Stellar Series: 9 Cable Mount AS -3009 10 Band Mount AS -3004 CAMERA MOUNTING BRACKET: 11 1-Plece, Alum. SH -0514 12 2 -Piece, Alum. SH -0515 #11 1 -Piece, Rens Versicam, Alum. SH -0537 Adjustable, 2.88" to 4.38", Alum. SH -0538 Notes: 1. All assemblies are supplied standard with stainless steel fasteners, Stainless steel upgrade shall include stainless clamp screw kit where applicable. 2. 1 -piece bracket for mounting Iteris, Odetics, or Econolite Solo Pro type cameras, 2 -piece bracket for mounting Burle type cameras. 3. Please specify options when ordering. 14 ITEM 13.14 OPTIONS PAINT ITEM 5.8 OPTIONS TUBE LENGTH: 23", 37", 46", or74" BAND LENGTH: 29", 36", 42", 48", or 56" STAINLESS UPGRADE PAINT 320 W. 18th St., Edmond OK 73013 • 405-340-3434 • FAX: 405-340-3435 • E-mail: pelco@pelcolnc.com • www.pelcoinc.com 3/13/09 Page 75.1 OUTPUT 14 2 INPUT 0406-BrICY CX06-BNCY CX06-11MCY CX06-ENCY It AC LINE NEVI IN -E INE IN NIEUITNRAL GROUND SP ACP340 LINE OUT NEUTRAL OUT 111 TB CHASSIS GROUN tJ 4 2 120 UAC 120 VAC CHASSIS HOT NEUTRAL GROUND 5 6 7 9 9 1O1112 - THESE TERMINATIONS TO BE MADE WIRING DIAGRAM UPON INSTALLATION CIP MAIN PANEL SP -5 ISOTEC. QUALITY WIRE AND CABLE PRODUCT SPECIFICATION ISOTEC PART/QUOTE NUMBER: X341667-00 CUSTOMER PART NUMBER: DESCRIPTION: COMPOSITE 6 CONDUCTORS 2 ELEMENTS: 18 AWG 5 CONDUCTORS 7/26 BARE COPPER, .016" POLYETHYLENE, 20 AWG 1 CONDUCTOR, SOLID BARE COPPER, .056" FOAM POLYETHYLENE, 95% BARE COPPER BRAID, .035" POLYETHYLENE JACKET BLACK, OVERALL .030" PVC JACKET BLACK CONDUCTOR/PAIR COUNT: 5 CONDUCTORS 1 CONDUCTOR JACKET THICKNESS: .030" GUAGE & STRANDING: 18 AWG 7/26 BC 20 AWG SOLID BC JACKET COLOR: BLACK PRIMARY INSULATION TYPE: POLYETHYLENE FOAM PE JACKET MATERIAL: PVC INSULATION THICKNESS: .016" .056" RIPCORD: YES COLOR CODE: WHITE,RED,GREEN,BLACK,BROWN NATURAL NOMINAL O.D.: .512" SHIELD: N/A N/A VOLTAGE RATING: 300V TAPE: N/A N/A TEMP. RATING: 60C DRAIN WIRE: N/A N/A UL TYPE OR STYLE: N/A BRAID: N/A 95% BC PRINT LEGEND: TBD CAPACITANCE: N/A N/A PACKAGING: TBA PRINT LEGEND: N/A N/A COPPER WEIGHT: 39.87 LBS/MFT JACKET TYPE: N/A POLYETHYLENE SHIPPING WEIGHT: 100 LBS/MFT JACKET COLOR: N/A BLACK JACKET THICKNESS N/A .035" NOMINAL OD: N/A .242" NOTES: Shipping Tolerance: +/- 10% Length Tolerance: +/- 10% Random/Odd Length Tolerance: May ship up to 15% of order total on random/odd lengths. All wall thickness and diameter as well as electrical information is nominal. ACCEPTANCE OF ABOVE DESIGN: DATE: Isotec makes every effort to provide accurate specifications. Printing errors are subject to correction. Standard product specifications are subject to change without notice. Contact your Isotec sales person for current specifications. Material will not be release to production until sign spec is confirm. Rev: 12/07/2005 1080p HD • 30x Zoom • NEMA 4X • IP67 • Defog • -40°C - 55°C • EIS • PoE Plus VIVOTEK 5D8364E is part of the SUPREME series product line offering 1080p Full HD resolution with superb Image quality. Adopting a 30x optical zoom lens, the SD8364E is able to capture details at top-notch quality. The IP67- and NEMA 4X -rated housing protects the camera body against rain, dust and corrosion within a wide temperature range between -40°C to 55°C. This feature ensures operation under extreme weather conditions and hazardous environments. It is especially suitable for monitoring wide open indoor/outdoor spaces such as airports, highways and parking lots where high-level reliability and precision are always required. The SD8364E supports high-performance H.264/MPEG-4/MJPEG compression technology and offers extra smooth video quality with resolution up to 30 fps @ 1080p. Boasting WDR Pro technology, the SD8364E can also cope with challenging lighting conditions and generate image quality close to the capabilities of the human eye. With a sophisticated pan/tiit mechanism, the camera provides fast, precise movement with continuous 360 -degree pan and 220 -degree tilt. Users can also easily control the lens position via a mouse ora joystick to track the object of interest and set up to 256 preset positions. With the built-in auto tracking feature, the SD8364E provides instantaneous reaction to suspicious moving objects in wide area locations before operators are aware of activity. As with all VIVOTEK true day/night cameras, the SD8364E features a removable IR -cut filter, maintaining clear images 24 hours a day. With audio detection, by recognizing increases or decreases in sound volume, an additional layer of intrusion detection is ensured. With other advanced features such as SD/SDHC/SDXC card slot, 802.3at compliant PoE Plus and 60 fps high quality video, the SD8364E is the best choice for the most demanding outdoor surveillance applications. Features • 1080p Full HD SONY CMOS Sensor • 30 fps @ 1080p Full HD; 60 fps @ 720p HD • 30x Zoom Lens « Removable IR -cut Filter for Day & Night Function • 360° Continuous Pan and 220° Tilt • Real-time H.264, MPEG -4 and MJPEG Compression (Triple Codec) • WDR Pro for Unparalleled Visibility in High Contrast Environments • Weather-proof 1P67 --rated and NEMA4X Housing • -40°C — 55°C Wide Temperature Range for Extreme Weather Conditions • Audio Detection for instant Alerts • Auto Tracking for Moving Objects • Bullt-in 802.3at Compliant PoE Plus • 3D Privacy Masks for Additional Protection • Built -In SD/SDHC/SDXC Card Slot for On -board Storage • Defog Technical Specifications Model System information CPU Flash RAM Camera Features Image Sensor Maximum Resolution Lens Type Focal Length Aperture Auto -iris Field of View Shutter Time WOR Tedhnotogy Day/Night kink nun Ittumination Pan Speed Pan Range Tilt Speed Tat Range Preset Locations Paritltlt/zoom Func0onafities On -hoard Storage Video Compression Maximum Frame Rote Maxbrom Streams SN Ratio Dynamic Range Video Streaming Image Settings Audio Audio Capab5 ty Compression Interface Network Users Protocols Interlace ONV1F SD8364E SD8364E-M (With EleMdc Dehumidifier) Mutimodiee SoC (System -on -Chip) 128 MB 256 MB 112.6' Progressive CMOS 1620x1080 30e Optical Zoom, Auto Focus f = 4,3-129 mm (30x mom) F1.6 - F4.7 DC-tds 2 3' - 64' (horizontal) 1.3' - 36' (vorlcal) 26' - 73' Pocono!) 111 sec, to 1/10,000 sec. WUR Pm Removable IR -cut nor tar day & night function 0.14 LIR @ F1_6, SO IRE (Coto), 1Sa Os l ut F1.6, 30 IRE (Colo), 1r3Os 0.01 lax @ F1.6,50 IRE (EAN), 115s 11,03 Lue @ F1.6, 30 RE (0W). 1/30s 0.05'-450'/sec 360 endless 0.05'-450'1sec 220" (-110'-+110') Menzel locations, 40 presets per tour 404 digital zoom (4x on IE plug-in. 124 built-in) Auto pan mode Auto patrol node SDISDHCISDXC card slot H264, MJPEG &MPEG -4 H264: 30 fps © 19200050 60 fps @ 12804720 MPEG 4: 30 fps @ 1920x1080 60 fps @ 1280x720 MJPEG: 30 fps @ 1926x1080 60 fps Q 1280x720 (Up to 30/60 fps in WOR mode) 4 simultaneous streams Above 50 dB 9056 Adjustable resolution, quatrly and b b to Zoom enhancement for better Image quality under Mated bandwidth Adjustable Image sae, quality and bit rata Time stamp, tend overlay, Sip & minor Configurable brightness, contrast, saturation, sharpness, white balance, exposure control, gain, backlight compensation, privacy masks (Up to 24) Scheduled profile settings Defog, EIS Audio input/output (Mil duplex) AAC, 0..711, 0.726 External microphone Input External line output Live viewing far up to 10 dents IPv4, IPv6, TCPIIP, HTTP, HTTPS, UPnP, RTSP/RTP/RTCP, IGMP, SMTP, FTP, DHCP, NTP, DNS, DUNS, PPPoE, CoS, GoS, SNMP, 802.1X 10 Base -T/100 BaseTX Ethernet 01J45) 'lyes highly recommended to use standard CAT6o & CAT6 cables which are compliant with the 3P1E11 standard. Supported, specifiearlon available at 1wrw.on itorg Intelligent Video Video Motion Detection Auto -Tracking Alarm and Event Alar Triggers Alarm Events General Connectors LED Indicator Power input Power Consumption Dimensions Weight Casing Safety Certifications Operating Temperature Warranty System Requirements Opereling System _. Web Browser Other Players Included Accessories CO Others Triple -w ndow video motion detec8on Auto-Varkkrg on moving object Virko motion detection, manual trigger, periodical trigger, system boot, recording notification, camera tampering detection, audio detection Event notification using digital output, HTTP, SMTP, FTP and NAS server He upload viva HTTP, SMTP, FTP and NPS server RJ -49 cable conn adorfor Network/PoE connection Audio input Audio output AC 24V power input Digital Inpur4 Digital output 2 RS-485for PTZ control (Palati protocol, Baud rate 2400) System power and status indicator PoE plus (IEEE 802.3at compliant) High Power PoE AC 24V PoE plus: Max 19W AC 24V: Max 48W (heater on) Max 19W (healer off) High Paver PoE: Max.48W (heater on) Max. 19W (heater oft) 0:265 mm x 321 mm Net 3,660 g Weather-proof IP67- end NEMA 4X -rated metal homing Built-in electrical dehumidifier device (S135364E-M) CE, FCC Gess A, VCCI, Gtidk, NEMA 4X •5°C - 65°C (PoE Plus) -40"C - 55°C (AC 24V) -40°C - 670 (High Power PoE) 36 months Microsoft Wsldows 7N'sta1XP/20QD Modilia Firof .x 7-10 (Streaming only) Internet Explorer 9x or 103 VLC:1.1,11 or above Durcktime: 7 or above User's manual, quick Installation guide, Insteila6on Wizard 2. 51750132 -channel retortDigsaftwaaro Watt mount bracket, screws, waterproof corvodorS, terminal blocks, quicklnstallatlon guide, warranty card, alignment slicker, ground wire, 725 slay driver, software GD. desiccant bags Dimensions 391 mm 321 mm 316 n00 Compatible Accessories Mounting tits AM -116 20 cm pendant pipe AM -117 40 cm pendant pipe AM -118 Indoor pendant head AM -231 Parapet mounting kit AM -221 Goose nedk mounting kit AM -103 Recessed kit __J AM -510 1.6° PT adapter PoE Kite Other AP3001 PoE plus Injector AC -212 Smoked cover AP -331 High power PoE injector AC -111 Vandal -proof transparent cover Power Adapter AA -341 AC 24V power adapter AO -001 Combo cable All specifications are subject to change wtrhout notice. Copyright o VN01EK INC All tights reserved. Distributed by: i5 VIVo cK wuA or rc.c oro VIVOTEXINC. 6F, No.192, tion -Cheng Rd., Chung -Ho, Rawl -Weal City, 235, Taiwan, R.O.C. VIVOTEK USA 2050 Ringwood Avenue, San Jose, CA 96131 Ver 10 VIVOTEK Europe Randstad 22-133,131613W Alm ere, Tho Netherlands Google Maps An intuitive and familiar interface provides a means of navigating the web - based software Intuitive O -D Managing Congestion Starts with Understanding How People Move raq.rl dera rarrepu! *:. ,. $Quail Point and click Origin - Destine -nal ri tion analysis is an easy way of ''e'P° visualizing the way traffic flows throughout a city. 5( St N McPherson Slime t NPr LLtftw I. mil din Square McPhe1son Sq Meuc Whar,Gorden z Alley t101 „i Inn Washington DC Downtown 54:.t NW 1s4adw2271 al-attwo ermiof., s'd By Acyclica Central Software The Web -based access provides a secure login for analyzing data anywhere. This console provides an intuitive way of managing two units or 1,000, PERFORMANCE METRIC S are Integrated into the fabric of Acyclica's analytics software. Ranging from Purdue Coordination Diagrams to the LARIC Metric Acy- cllca brings numerous Measures of Effectiveness to hand. tall' Acyclica complies with the NTCIP Center -to -Center protocol as a ' ' means of supporting inter -opera- bility into a range of ATMS systems. Multi-user Add as many users as you would like at no additional cost. The cen- tral backend provides a simple way of Inter -agency data sharing. Hosted Data All data is stored and replicated on multiple databases to ensure reliable and persistent data. We store data forever so you always have an accurate record of traffic information. Acyclica Analyzer' The Acyclica Analyzer is designed to transform massive quantities of data into meaningful traffic information. From point -and -click origin - destination analysis to real-time conges- tion mapping, the Analyzer is designed to help understand how people are moving. The software runs in any standard web -browser and provides an intuitive interface without the hassle of installing additional software, Performance Metrics Route Delay With just a few clicks, the Acyclica Routes can be created using two or Analyzer provides numerous twenty or more devices. With the Route performance metrics including LARIC. Delay report, the intersection wait times Reports can easily be saved as images or for ail intersections can be viewed to PDFs for quickly sharing information. identify problem intersections. I MA 1.2 Travel Time laKeeael D•14} Delay Only Wifi provides the necessary data to be able to measure intersection delay.The Acyclica Analyzer provides an intuitive graphical way of monitoring how long vehicles are waiting for direct queue measurement. With Compass sensors in a grid configuration, Acyclica Analyzer can identify delay by phase for signal timing optimization. as ww 0. u.9 i.m`ei`' .= 1*.1 ,xtt I)tt 1,t Matching Algorithms What is travel time? As it turns out, this is not a straightforward question. Acyclica uses multiple travel -time matching algorithms and provides all the data to users to permit sophisticated analysis. These algorithms can be used to quantify the efficiency of timing plans along corridors to minimize congestion. 02013 Acyclic -4 In.. 321 West Main St, Suite 202, Friu:o, CO 80443 Traffic Adaptive With Acyclica Analyzer and Compass technology, Traffic Adaptive systems can be easily tuned to maximize performance. Using Compass data as an input, TA can respond in real time. el le areeihoe 111 MtIMt 124JY--y i -1.1fit 1-azr n .1 Route Analysis By analyzing complex routes one segment at a time, Acyclica Analyzer helps to identify congestion events and understand their greater impact. Selecting routes and comparing different days data is just a few clicks away. Maximum Data Collection Superior Information -014 External USB USB port for extemal data storage or qualified peripherals Including GPS and certain cellular modems. RoadTrend This is the workhorse of congestion data collection. Designed to optimize the collection process, RoadTrend can collect over 240,000 records per hour, providing a new benchmark in performance. By collecting exciusiveiy Wifi data, RoadTrend passively collects MAC ad- dresses with signal strength - allowing determination of relative proximity and the ability to actually measure intersection queueing. The compact data collection device needs only power, communication and a 2.4 GHz antenna and the rest is plug and play. The ubiquity ofWifi-enabled devices makes RoadTrend the perfect solution for real-time, operations -oriented data. Higher sample rates translate to more ac- curate origin - destination, more reliable travel -times and higher quality informa- tion. With RoadTrend, you can accurately manage congestion in real-time. Features Dedicated Scanning The RoadTrend maximus data capture by scanning for only Wifi devices. Signal Strength Filtering Scanning sensitivity can be dynamically adjusted by limiting the signal strength of detection. MAC address hashing can take place on RoadTrend to maintain privacy. Simple Integration An advanced API is available for users Inter- ested in Integrating with existing systems Web Interface Built In web server for device management Temperature range -20° to 75' C (industrial option: -40' to B5' C) Intersection Delay RoadTrend makes it possible to measure congestion, not just travel -times. Along with Wifi comes the ability to detect intersection delay at all approaches with a single sensor at distances of up to 1/8 of a mice. Together with the Acyclica Analyzer software, delay can be analyzed for each phase. RoadTrend'"' ByAcydca CONGESTION MANAGEMENT Is mom than just travel -times. Acycica augments thlsdata by measuring Intersection decay by phase, providing tools for traffic engineers to mitigate congestion. PERFORMANCE METRICS areintegrated into the fabric ofAcydkas analytics software. Ranging from Purdue Coordination Diagrams to the LA Route Intersec- tion Coordination Metric, Acydlca brings numerous Measures of Effectiveness to hand INTEROPERABILITY Acycllca complies with both NTCIP Center -to -Center and theTMDD v3.0 protocol as a means of sup- porting inter -operability Into a range of ATMS systems. BY THE NUMBERS How does RoadTrend stack up to the competition? Records per Hour Sampling Rate Data Latency Accuracy {.;qui.; Passive Data Collection Unlike Bluetooth, which relies on an interrogation and response for collecting data, Wifi is completely passive meaning that the sensor only listens. Passive data collection eliminates the possibility of interference with other 2.4Ghz equipment such as wireless radios or other access points. Technical Specifications Relative humidity 10% to 90% non -condensing Dimensions Power requirements Power consumption CPU Connectivity (wired) Data Capture Rate wilt Data Interface rData Latency Data Storage Capacity 1.77HX427WX6,30L 5VDC a 5 Watts 1 GHz Cortex ARM7 10!100BaseT Up to 250.000 records per hour 1 Wan 2.4Ghz Radio NTCJP Center to -Center XML > 100.000 hours 35 Seconds 100MB (Internal) 132GB (USB storage) 02014 Acyclica Inc. 323 West Main St. Suite 202, Frisco, CO 80443 iIIItIiI� CISCO Data Sheet Cisco Industrial Ethernet 4000 Series Switches Developed specifically to withstand the harshest industrial manufacturing environments, these switches offer today's most flexible and scalable industrial Ethernet platform that will grow with your network. Product Overview The Cisco® Industrial Ethernet (IE) 4000 Series is the latest addition to our ruggedized switching platforms and provides superior high -bandwidth switching and proven Cisco ICS® Software -based routing capabilities for industrial environments. The IE 4000 Series delivers highly secure access and industry-leading convergence using the Cisco Resilient Ethernet Protocol (REP) and is built to withstand extreme environments while adhering to overall IT network design, compliance, and performance requirements. The IE 4000 Series is ideal for industrial Ethernet applications where hardened products are required, including factory automation, energy and process control, intelligent transportation systems (ITS), oil and gas field sites, city surveillance programs, and mining. With improved overall performance, greater bandwidth, a richer feature set, and enhanced hardware, the Cisco IE 4000 Series complements the current industrial Ethernet portfolio of related Cisco industrial switches, such as the Cisco IE 2000 and IE 3000. The Cisco IE 4000 can easily be installed in your network. Through a user-friendly web device manager, the Cisco IE 4000 provides easy out-of-the-box configuration and simplified operational manageability to deliver advanced security, data, video, and voice services over industrial networks. Features and Benefits Table 1. Features and Benefits of Cisco IE 4000 Feature Benefit Robust Industrial Design • Built for harsh environment and temperature range (.40 to 70 C). • Hardened for vibration, shock and surge, and noise immunity. • Resilient dual ring design via 4x Gigabit Ethernet uplink ports. • Complies with multiindustry specifications for automation, ITS, and substation environments. • Improves uptime, performance, and safety of industrial systems and equipment. • Fitted with compact, PLC (Programmable Logic Control) style DIN rail compliant form factor ideal for industrial deployment. • Covers a wide range of Power over Ethernet (PoE) application requirements. • Allows easily configuration and monitoring via a web browser. • Eliminates the need for more complex terminal emulation programs. • Reduces the cost of deployment • Simple switch replacement in case of a failure. • No networking expertise required. • Helps ensure fast recovery. • Reduces complexity with one cable for both connectivity and power. • Controls costs by limiting wiring, distribution panels, and circuit breakers. • Creates space and reduces heat dissipation. • Enables ready -to -use PoE devices like IP phones and wireless access points. • Supports (on select models) maximum HD camera deployments. User-Frlendly GUI Dovlce Manager SwapDrlvo: "Zoro- Config" Replacement High -Density Industrial Power over Ethernet (POE) d 2016 Cisco and/or Its affiliates. All rights reserved. This document is Cisco Public Information. Page 1 of 10 Feature Full Gigabit Ethernet Switch Benefit • Connects new wireless access point (802.11n and 802.11ac). • Enables new HD IP Cameras and new PLC (Programmable Logic Control). • Allows SCADA (Supervisory Control And Data Acquisition) connectivity. • Provides Introduction of new bandwidth -hungry applications In the industrial space. • Supports very -delay -sensitive applications and time -sensitive networks. • Delivers multiple rings, redundant ring topology for new network configurations. • Extends geographical scalability where longer distance connectivity is required. Your Ruggedized Choice for Industrial Environments The Cisco Industrial Ethernet (IE) 4000 Series offers: • Bandwidth and capacity to grow with your networking needs: 20-Gbps nonblocking switching capacity with up to 20 Gigabit Ethernet ports per switch • High-density industrial PoE/PoE+ support providing in-line power to up to 8 power devices, including IP cameras and phones, badge readers, wireless access points, etc. • Cisco IOS Software features for smooth IT integration and policy consistency • Robust resiliency enabled by dual ring design via 4x Gigabit Ethernet uplink ports, Resilient Ethernet Protocol (REP), Parallel Redundancy Protocol (PRP), Etherchannel and Flexlink support, redundant power input, dying gasp, etc. • True zero -touch replacement for middle -of -the -night or middle -of -nowhere failure • Line -rate, low -latency forwarding with advanced hardware assist features (such as NAT, IEEE1588) • Simplified software upgrade path with universal images Figure 1 shows switch models, Table 2 shows all the available Cisco IE 4000 Series models, and Table 3 lists the power supplies for Cisco IE 4000 Series Switches. Figure 1, IE 4000 Models • IE-4000-16T4G-E • IE-4000-4S8P4G-E • IE-4000-4T4P4G-E • IE-4000-8S4G-E • IE-4000-16GT4G-E • IE-4000-4GS8GP4G-E • IE-4000-SGT4G-E • IE -4000-85545-E • IE-4000-8GT8GP4G-E • IE-4000-4GC4GP4G-E • IE-4000-ST4G-E • IE-4000-4TC4G-E 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 2 of 10 Table 2. Cisco IE 4000 Series Models Product Number i Total Ports GE Combo Additional RJ -45 Copper SFP Fiber PoE/PoE+ Default Software Uplinks (4G)' Combo Ports Ports (T) ' Ports (S) Ports (P, GP) IE-4000.4TC4G-E IE-4000.8T4G-E IE -4000.654G -E IE-4000.4T4P4G-E IE-4000.16T4G-E IE-4000d5BP4G-E IE-4000-8GT4G-E IE-4000-8GS4G-E 8 12 12 12 20 16 12 12 M models have 4 GE combo uplink ports 4 (FE) 8 (FE) 8 (FE) 4 (FE) 16 (FE) 4 (FE) 8 (GE) 8 (GE) 4 (FE) 8 (FE) IE-4000-4GC4GP4G-E 12 14 (GE) 4 (GE) IE-4000.16GT4G-E I 20 18 (GE) IE-4000-8GT8GP4G-E 20 i 8 (GE) 8 (GE) IE 1000-4GS8GP4G.E 16 I ( 4 (GE) 8 (GE) Combo ports provide one copper and one fiber physical port and only one can be activated at a time. 2 Can be upgraded to IP Services at a fee. IP Services License Product Numbers are the following: • 1E4000 -RTU= (Paper SW License for 1E4000 Switches) • L-IE4000-RTU= (Electronic SW License for iE4000 Switches) All copper Gigabit Ethernet interfaces support speed negotiation to 10/100/1000 mbps and duplex negotiation. All copper Fast Ethernet interfaces support speed negotiation to 10/100 mbps and duplex negotiation. All models ship vrilh LAN Base Image2 Table 3. Power Supplies for Cisco I E 4000 Series Switches Product Number Wattage Rated Nominal Input I Supported input Power Output PoE/PoE+ Use Case Scenario Operating Range Voltage Support Operating Range PWR-IE170W- PC-AC= PWRaE170W- PC-OC= P WR-IE50 W- AC= PWR-1E5O W- AC - IEC= PWR-IE65W- PC - AC= PWR-IE65W- PC - DC= 170W 170W 50W 50W 65W 65W AC 100-240V/2.3A50.60Hz or DC 125-25DV/2.1A DC 12-54V123A AC 100-240V/1.25A 50-60Hz ar DC 125-250V/1.25A AC 100-240V/1.25A 50-60Hz AC 100-240V/1.4A 50-60Hz ar DC 125-250V/1.0A OC 24-48VDC/4.5A AC 90-264V or DC 106-300V DC 10.8-60V AC 90-264V ar DC 106-300V AC 90-264V AC 90-264V or DC 106-300V DC 18-60V 54VDC/3.15A 54VDC/3.15A 24VDC/2.1A 24VDC/2.1A 54VDC/1.2 A Yes Maximum PoE/PoE+ port support In a AC or high DC environment' Yes Maximum PoE/PoE+ port support In a DC environment' No No PoE/PoE+ support needed In an AC or DC environment No No PoE/PoE+ support needed when IEC plug Is desired Yes Minimum (1-2 port) PoE support needed In an AC or high DC environment2 54VDC/1.2 A Yes Minimum (1-2 port) PoE support needed in a DC environment2 2 The entire power budget for the switch and PoE ports needs to stay within 170W. A PoE port draws up to 15.4W of power, and a PoE+ port draws up to 30W of power. The entire power budget for the switch and PoE ports needs to stay within 65W. © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 3 of 10 Figure 2 shows a diagram to help you select a Cisco IE 4000 model. Figure 2. Cisco IE 4000 Model Selection Guide Client Ports Rate? Copper or Fiber? Need of PoE? Proposed 1E4000 Model I Need Mostly FE Ports Mostly Copper Ports —{ Mostly Fiber Ports Copper and Fiber Ports Can't Decide Non-PoE PoE I Need Mostly GE Ports HMostly Copper Ports Mostly Fiber Ports Copper and Fiber Ports Can't Decide Non-PoE PoE 4GC4GP4G Product Specifications Table 4 lists specifications, Table 5 gives information about switch performance and scalability, Table 6 and 7 list important software features, Table 8 lists compliance specifications, and Table 9 gives information about management and standards of the Cisco IE 4000 Series Switches. Table 4. Product Specifications Description Specification Hardware • 1GB DRAM • 128 -MB onboard flash memory • 1 -GB removable SD flash memory card • Minl-USB connector • RJ -45 connector Alarm • Alarm I/O: two alarm inputs to detect dry contact open or closed, one alarm output relay Power Input • Redundant DC input voltage with operating range: nominal 9,6 to 60VDC • Maximum DC Input current: 3.7A (IE-4000-4T4P4G-E, IE-4000-8T4G-E, IE-4000-8GT4G-E, IE-4000-16T4G-E), 4.3A (IE- 4000-4GC4GP4G-E, IE-4000-4TC4G-E, IE-4000-4S8P4G-E, IE-4000-4GSBGP4G-E, IE-4000- 16GT4G-E, IE-4000-8GT8GP4G-E), SA (IE-4000-8S4G-E, IE 4000-8GS4G-E) Power Consumption • IE-4000-4T4P4G-E, IE-4000-8T4G-E, IE-4000-8GT4G-E, and IE-4000-16T4G-E: 35W • IE-4000-4GC4GP4G-E, IE-4000-4TC4G-E, IE-4000-4S8P4G-E, IE-4000-4GS8GP4G-E, and IE-4000-16GT4G- E: 40W • IE-4000-8S4G-E, IE -4000 -8G546 -E: 42W • These numbers are measured at 9.6V and do not Include PoE power consumption 02016 Cisco and/or its affiliates. All rights reserved. This document Is Cisco Public Information. Page 4 or 10 Description Specification Dimensions, (11 x W x D) Weight • All IE 4000 models have the following dimensions: 6.12 x 6.12 x 5.09 In. (155.4 x 155.4 x 129.2 mm) • PWR-IE17OW-PC-AC==: 5.93 x 3.72 x 5.60 in. (150.6 x 94.5 x 1422) • PWR-IE170W-PC-DC=: 5.93 x 4.47 x 5.75 In. (150.6 x 113.5 x 145.8) • PWR-IE50W-AC=: 5.8 x 2.0 x 4.4 in. (147 x 51 x112Trim) • PWR-IE50W-AC-IEC`: 5.8 x 2.0 x 4.4 in. (147 x 51 x 112 mm) • PWR-IE65W-PC-AC=: 5.9 x 2.6 x 4.6 in. (150 x 66 x 117 mm) • PWR-IE65W-PC-DC=: 5.9 x 2.6 x 4.6 In. (150 x 65 x 117 mm) • All IE4000 models listed In Table 1: 6.35 pounds (2.88 kg) • PWR-IE170W-PC-AC=: 3.88 pounds (1.76 kg) • PWR-IE170W-PC-DC=: 3.7 pounds (1.67 kg) • PWR-IE50W-AC=: 1.4 Ib (0.65 kg) • PWR-IE50W-AC-IEC=: 1.4 Ib (0.65 kg) • PWR-IE65W-PC-DC=: 2.6 (1.18 Kg) • PWR-IE65W-PC-AC=. 2.7 (1.24 Kg) Table 5. Switch Performance and Scalability Description Specification Forwarding rate INumber of queues Unlcast MAC addresses IGMP multicast groups Number of VLANs i IPv4 MAC security ACEs NAT translation Line rate for all ports and all packet sizes 4 egress 16,000 11,000 1,000 1,000 with default TCAM Template Bidirectional, 128 unique subnet NAT translation entries, which can expand to tens of thousands of translated entries If designed properly Table 6. Cisco IE 4000 LAN BASE: Key Software Features LAN Base License (Default) Features Layer 2 Switching Security Layer 2 Multicast Management Industrial Ethernet Quality of Service Layor 2 IPv6 Layer 3 Routing Industrial Management I Utility IEEE 802.1, 802.3, 802.3at, 802,3af standard, VTPv2, NTP, UDLD, CDP, LLDP, Unicast Mac filter, Flexlink, Resilient Ethernet Protocol (REP), Parallel Redundancy Protocol (PRP), VTPv3, EtherChannel, Voice VLAN, qinq tunneling 1 SCP, SSH, SNMPv3, TACACSe, RADIUS Server/Client, MAC Address Notification, BPDU Guard, Port -Security, Private VLAN, DHCP Snooping, Dynamic ARP Inspection, IP Source Guard, 802.1x, Guest VLAN, MAC Authentication Bypass, 802.1x Multi -Domain Authentication, Storrn Control, Trust Boundary, Cisco TrustSec• security, IEEE 802.1AE MACsec, FIPS 140-2 IGMPvi, v2, v3 Snooping, IGMP filtering, IGMP Querler I Fast Boot, Express Setup, Web Device Manager, Cisco Network Assistant', Cisco Prime' platforms, MIB, SmartPort, SNMP, systog, Storm Control - Unicast, Multicast, Broadcast, SPAN Sessions, RSPAN, DHCP Server, Customized TCAM/SDM sae configuration, DOM (digital optical management) CIP Ethemet/IP, Profinet v2, IEEE 1588 PTP v2, NTP to PTP translation, CIP Time Sync Ingress Policing, Rate -limit, Egress Queueingfshaping, AutoQoS, Modular QoS CLI (MQC) IPv6 Host support, HTTP over IPv6, SNMP over lPv6 IPv4 Stalin Routing Layer 2 switching with 1:1 static Network Address Translation (NAT) Power Profile, dying gasp, GOOSE messaging, SCADA protocol classification, MODBUS TCP/IP, uUifty SmartPort macro, BFD, Ethernet OAM, IEEE 802,3ah, CFM (IEEE 802.1ag) Support after product General Availability © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 5 of 10 Table 7. Cisco IE 4000 IP Services: Key Software Features IP Services License Additional Features IP Multicast Industrial Management IP Unicast Routing Protocols Cisco Express Forwarding IPv6 Routing Virtuallzatlon PIM sparse mode (PIM -SM), PIM dense mode (PIM -DM), and PIM sparse -dense mode Embedded Event Manager (EEM) OSPF, EIGRP, BGPv4, IS -IS, RIPv2, Policy -Based Routing (PBR), HSRP Hardware routing architecture delivers extremely high-performance IP routing RIPng, OSPFv6, and EIGRPv6 support VRF-lite Table 8. Compliance Specifications Type Standards Electromagnetic Emissions Electromagnetic Immunity Industry Standards FCC 47 CFR Part 15 Class A EN 55022A Class A VCCI Class A ASINZS CISPR 22 Class A CISPR 11 Class A CISPR 22 Class A ICES 003 Class A CNS13438 Class A KN22 EN55024 CISPR 24 AS/NZS CISPR 24 KN24 EN 61000-4-2 Electro Static Discharge • EN 61000-4-3 Radiated RF EN 61000-4-4 Electromagnetic Fast Transients EN 61000-4-5 Surge 1 EN 61000-4-6 Conducted RF EN 61000-4-8 Power Frequency Magnetic Feld EN 61000-4-9 Pulse Magnetic Field EN 61000-0-11 AC Power Voltage EN 61000-4-18 Damped Oscillatory Wave EN -61000-4-29 DC Voltage Dips EN 61000-6-1 Light Industrial EN 61000-6-2 Industrial EN 61000-6-4 Industrial EN 61326 Industrial Control EN 61131-2 Programmable Controllers IEEE 1613 Electric Power Stations Communications Networking IEC 61850-3 Electric Substations Communications Networking EN50155 Railway - Electronic Equipment on Rolling Stock (EMC, ENV, Mech) EN50121.4 Railway - Signaling and Telecommunications Apparatus EN50121-3-2 Railway - Apparatus for Rolling Stock ODVA Industrial EtherNet/IP PROFINEf conformance B IP30 (per EN60529) © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 6 of 10 1 Safety Standards and Codifications Operating Environment Storage Environment Humidity Shock and Vibration Corrosion Others Warranty Mean Time Between Failure (MTBF) Information Technology Equipment: 1 UUCSA 60950-1 EN 60950-1 I CB to IEC 60950-1 with all country deviations NOM to NOM-019-SCFI (through partners and distributor) Industrial Floor (Control Equipment): 1 UL 508 CSA C22.2, No 142 Hazardous Locations: ANSI/ISA 12.12.01 CSA C22.2 No 213 IEC 60079-0,-151ECEx test report EN 60079-0, -15 ATEX certification (Class 1 Zone 2) Cabinet enclosure required) Operating Temperature: -40C to +75C • -40C to +70C (Vented Enclosure Operating) • -40C to +60C (Sealed Enclosure Operating) • -34C to +75C (Fan or Blower equipped Enclosure Operating) EN 60068-2-1 EN 60068-2-2 EN 61163 Altitude: up to 15,000 feet Temperature: -40 to +85 degrees C Altitude: 15,000 feet IEC 60068-2-14 Relative humidity of 5% to 95% non -condensing IEC 60068-2-3 IEC 60068-2-30 IEC 60068-2-27 (operational shock, 500, 11ms, Half Sine) IEC 60068-2-27 (Non -Operational Shock, 65-80G, 9ms, Trapezoidal) IEC 60068-2-6, IEC 60068.2.64, EN 61373 (Operational Vibration) IEC 60068-2-6, IEC 60068-2-64, EN 61373 (Non -operational Vibration) ISO 9223: Corrosion class C3 -Medium class C4-HIgh EN 60068-2-52 (Salt Fog) EN 60068-2-60 (Flowing Mixed Gas) RoHS Compliance China RoHS Compliance TAA (Govemment) CE (Europe) Five-year limited HW warranty on all IE -4000 PIDs and all IE Power Supplies (see table 3 above). See link below for more details on warranty IE-4000-4TC4G-E: 578, 730 Hours IE-4000-8T4G-E: 591, 070 Hours IE-4000-8S4G-E: 583, 700 Hours IE-4000-4T4P4G-E: 562, 300 Hours IE-4000-16T4G-E: 558, 310 Hours IE-4000-4S8P4G-E: 535, 880 Hours IE-4000-8GT4G-E: 591, 240 Hours IE-4000-8GS4G-E: 583, 700 Hours IE-4000-4GC4GP4G-E: 550, 940 Hours IE-4000-16GT4G-E: 558, 630 Hours IE-4000-8GT8GP4G-E: 519, 190 Hours IE-4000-4GS8GP4G-E: 536, 220 Hours © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 7 of 10 Table 9. Management and Standards Description IEEE Standards RFC Compliance SNMP MIB Objects ISpecification • IEEE 802.1 D MAC Bridges, STP • IEEE 802.1p Layor2 COS prioritization • IEEE 802.1q VLAN • IEEE 802.1s Multiple Spanning -Trees • IEEE 802.1w Rapid Spanning -Tree • IEEE 802.1x Port Access Authentication • IEEE 802.1AB LLDP • IEEE 802.3ad Link Aggregation (LACP) • IEEE 802.3af Power over Ethernet provides up to 15.4W DC power to each end device • IEEE 802.3at Power over Ethernet provides up to 25.5W DC power to each end device • RFC 768: UDP • RFC 783: TFTP • RFC 791: IPv4 protocol • RFC 792: ICMP • RFC 793: TCP • RFC 826: ARP • RFC 854: Telnet • RFC 951: BOOTP • RFC 959: FTP • RFC 1157: SNMPv1 • • RFC 1901,1902-1907 SNMPv2 • • RFC 2273-2275: SNMPv3 • RFC 2571: SNMP Management • RFC 1166: IP Addresses • RFC 1256: ICMP Router Discovery • BRIDGE -MIB • CALISTA-DPA-MIB • CISCO-ACCESS-ENVMON-MIB • CISCO -ADMISSION -POLICY -MIB • CISCO -RUTH -FRAMEWORK -MIB • CISCO -BRIDGE -EXT -MIB • CISCO -BULK -FILE -MIB • CISCO-CABLE-DIAG-MIB • CISCO-CALLHOME-M18 • CISCO -CAR -MIB • CISCO -CDP -MIB • CISCO -CIRCUIT -INTERFACE -MIB • CISCO -CLUSTER -MIB • CISCO-CONFIG-COPY-MIB • CISCO-CONFIG-MAN-MIB • CISCO -DATA -COLLECTION -MIB • CISCO-DHCP-SNOOPING-MIB • CISCO -EMBEDDED -EVENT -MGR -MIB • CISCO -ENTITY -ALARM -MIB • CISCO-ENTITY-VENDORTYPE-OID-MIB • CISCO-ENVMON-MIB • CISCO -ERR -DISABLE -MIB • CISCO -FLASH -MIB • CISCO -FTP -CLIENT -MIB • CISCO -IF -EXTENSION -MIB • CISCO-IGMP-FILTER-MIB • IEEE 802.3ef Power aver Ethernet • IEEE 802.3at Power over Ethernet Plus • IEEE 802.3ah 100BASE-X SMF/MMF only • IEEE 802.3x full duplex on 10BASE-T • IEEE 802.3 10BASE-T specification • IEEE 802.3u 100BASE-TX specification • IEEE 802.3ab 1000BASE-T specification • IEEE 802.3z 1000BASE-X specification • IEEE 158Bv2 PTP Precision Time Protocol • RFC 1305: NTP • RFC 1492: TACACS+ • RFC 1493: Bridge MIB Objects • RFC 1534: DHCP and BOOTP lnteroperatlon • RFC 1542: Bootstrap Protocol • RFC 1643: Ethernet interface MIB • RFC 1757: RMON • RFC 2068: HTTP • • RFC 2131, 2132: DHCP • RFC 2236: IGMP v2 • RFC 3378: IGMP v3 • RFC 2474: DiffSery Precedence • RFC 3046: DHCP Relay Agent Information • RFC 3580: 802.1x RADIUS • RFC 4250-4252 551-4 Protocol Option • CISCO-SNMP-TARGET-EXT-MIB • CISCO -STACK -MIB • CISCO-STACKMAKER-MIB • CISCO -STP -EXTENSIONS -MIB • CISCO-SYSLOG-MIB • CISCO -TCP -MIB • CISCO-UDLDP-MIB • CISCO-VLAN-IFTABLE-RELATIONSHIP-MIB • CISCO-VLAN-MEMBERSHIP-MIB • CISCO-VTP-MIB • ENTITY -MIB • ETHERLIKE-MIB • HC-RMON-MIB • IEEE8021-PAE-MIB • IEEE8023-LAG-MIB • IF -MIB • IP -FORWARD -MIB • LLDP-EXT-MED-MIB • LLDP-EXT-PNO-MIB • LLDP-MIB • NETRANGER • NOTIFICATION -LOG -MIB • OLD -CISCO -CHASSIS -MIB • OLD -CISCO -CPU -MIB • OLD -CISCO -FLASH -MIB • OLD -CISCO -INTERFACES -MIB ® 2016 Cisco andfor its affiliates. All rights reserved. This document Is Cisco Public Information. Page 8 of 10 Description Table 10. SFP Support Specification • CISCO -IMAGE -MIB • CISCO -IP -STAT -MIB • CISCO -LAG -MIB • CISCO-LICENSE-MGMT-MIB • CISCO-MAC-AUTH-BYPASS-MIB • CISCO -MAC -NOTIFICATION -MIB • CISCO -MEMORY -POOL -MIB • CISCO-PAE-MIB • CISCO-PAGP-MIB • CISCO -PING -MIB • CISCO -PORT -DOS -MIB • CISCO -PORT -SECURITY -MIB • CISCO -PORT -STORM -CONTROL -MIB • CISCO-PRIVATE-VLAN-MIB • CISCO -PROCESS -MIB • CISCO -PRODUCTS -MIB • CISCO -RESILIENT -ETHERNET -PROTOCOL -MIB • CISCO-RTTMON-ICMP-MIB • CISCO-RTTMON-IP-EXT-MIB • CISCO-RTTMON-MIB • CISCO RTTMON-RTP-MIB 1 • OLD -CISCO -IP -MIB • OLD -CISCO -MEMORY -MIB • OLD -CISCO -SYS -MIB‹ • OLD -CISCO -SYSTEM -MIB • OLD -CISCO -TCP -MIB • OLD -CISCO -TS -MIB • RMON-MIB • RMON2-MIB • SMON-MIB • SNMP-COMMUNITY-MIB • SNMP-FRAMEWORK-MIB • SNMP-MPD-MIB • SNMP-NOTIFICATION-MIB • SNMP-PROXY-MIB • SNMP-TARGET-MIB • SNMP-USM-MIB • SNMP-VIEW-BASED-ACM-MIB • SNMPv2-MIB • TCP -MIB • UDP -MIB Part Number Specification SFP Type Max Distance Cable Type Temp Range DOM Support GLC-FE-100FX-RGD= GLC-FE-100LX-RGD GLC-FE-100FX= GLC-FE-100LX= i GLC•FE-100EX= GLC-FE-100ZX= GLC-FE-100BX-D= GLC-FE-100BX-1.1= GLCSX-MM-RGD= GLC-LXSM-RGD= GLC ZXSM-RGD= GLG43X40-U-1= GLC -8X40 -D-1= GLC -8X40 -DA -1= GLC-BX80-U.1= GLC -8X80 -D-1= GLCSX-MMD= GLC-LH•SMO= GLC -EX -MMD= GLC ZX -MMD= GLC -BX -D= GLC -BX -U= CWDMSFP4000c= (8 freq) DWDMSFP•xxxx= (40 freq) SFP-GE-S= 100BASE-FX 100BASE-LX10 100BASE-FX I 1 DDBASE-LX10 100BASE-EX 100BASE-2X 100BASE-BX10 100BASE-BX10 1000BASE-SX 1000BASE-LX/LH 1000BASE-ZX 1000BASE-BX40 1000BASE-BX40 1000BASE-BX40 1000BASE-BX80 10DDBASE-8X80 1000BASE-SX 1000BASE-UULH 1000BASE-EX 1000BASE-ZX 1000BASE-BX10 1000BASE-8X10 CWDM 1000BASE-X DWDM 1000BASE-X 1000BASE-SX • FE FE FE FE FE IFE FE FE GE GE GE IGE GE GE GE IGE GE GE GE IGE GE GE GE IGE GE 2km 10km 2km 10km 40km 80km 10km 10km 550m 550m/10km I70km 40km 40km 40km 180km 801m 550m • 550m/10km '40km 70km 10km 10km 550m MMF ISMF SMF SMF SMF SMF SMF SMF MMF MMF/SMF SMF SMF SMF SMF SMF ISMF MMF MMF/SMF SMF SMF • SMF 1' SMF SMF SMF MMF IND IND COM COM COM COM COM COM IND IND IND IND IND IND IND IND EXT EXT EXT EXT COM COM COM COM EXT Yes Yes No No No r No No Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes (7 2016 Cisco and/or its affiliates. All rights reserved. This document Is Cisco Public Information. Page 9 of 10 �III,III. CISCO. Part Number Specification SFP Type Max Distance Cable Type Temp Range DOM Support SFP-GE-L= SFP-GE-Z= GLC -SX -MM= GLC-LHSM= GLC-ZXSM= GLC -TE= GLC T= 1000BASE-LXILH 1000BASE-ZX 1000BASE-SX 1000BASE-LX/LH 1000BASE-DC 1000BASE-T 1000BASE-T GE GE IGE GE GE GE IGE 550m/101en 70km 550m 550m/10km 70km 100m 100m MMF/SMF SMF MMF MMF/SMF SMF Copper I Copper EXT EXT COM COM COM EXT COM Yes Yes No No Yes INA NA Note: Not all SFPs supported in all SW versions. For first software release supporting SFP refer to http://www.cisco.com/en/US/products/hw/modulesJDs5455/products device support tables list.html -If non industrial (I.e., EXT, COM) SFPs are used the switch operating temperature must be derated. MMF = multi -mode fiber SMF = single -mode fiber Warranty Information Warranty information for the IE 4000 is available on http://www.cisco-servicefinder.com/wan-antvfinder.aspx. Cisco Capital Financing to Help You Achieve Your Objectives Cisco Capital can help you acquire the technology you need to achieve your objectives and stay competitive. We can help you reduce CapEx. Accelerate your growth. Optimize your investment dollars and ROI. Cisco Capital financing gives you flexibility in acquiring hardware, software, services, and complementary third -party equipment. And there's just one predictable payment. Cisco Capital is available in more than 100 countries. Leam more. Americas Headquarters Asia Pacific Headquarters Europe Headquarters Cisco Systems. Inc. Cisco Systems (USA) Pte. Ltd. Cisco Systems International BV Amsterdam, San Jose. CA Singapore The Netherlands Cisco has more than 200 offices worldwide. Addresses, phone numbers. and fax numbers are listed on the Cisco Website at www.cisco.com/go/offices. Ca Cisco and the Cisco logo are trademarks or registered trademarks of Cisco and/or its affiliates in the U.S. and other countries. To view a list of Cisco trademarks, go to this URL: www.cisco.com/go/trademarks. Third party trademarks mentioned are the property of their respective owners. The use of the word partner does not imply a partnership relationship between Cisco and any other company. (1110R) Printed in USA C78-733058-05 0206 © 2016 Cisco and/or its affiliates. All rights reserved. This document is Cisco Public Information. Page 10 of 10 Cal ARCHITECTURE■ ENGINEERING • ENVIRONMENTAL ■ SURVEYING TBPE FIRM NO. F-355 • • • TBPLS No. F-100395-00 ESTABLISHED 1949 OVER 60 YEARS OF ENGINEERING EXCELLENCE NaismithEngineering,Inc July 29, 2014 Mr. James Harris Project Manager City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469-9277 RE: Regulatory Screening Assessment Gollihar Road from Weber Road to S. Staples Street (Project No. E13087, Bond 2014) Dear Mr. Harris: This letter is being provided to document the results of the regulatory screening assessment (assessment) conducted by Naismith Engineering, Inc. (NEI) on the portion of Gollihar Road from Weber Road to S. Staples Street in Corpus Christi, Texas. A Site Map is provided as Attachment 1. This assessment included a detailed review of historical regulatory records for the area surrounding the Gollihar Road site. The following sites in close proximity to the project area were identified in the databases listed: • 3800 Gollihar Road — Closed Landfill • 4435 Weber Road — Underground Storage Tank • 4501 Weber Road — Underground Storage Tank • 4515 Weber Road — Leaking Petroleum Storage Tank, Underground Storage Tank • 4444 Weber Road — Leaking Petroleum Storage Tank, Underground Storage Tank • 4422 Weber Road — Underground Storage Tank • 4041 Gollihar Road — EDR Historical Auto Station • 4600 Block Weber Road — Closed Landfill • 4101 Gollihar Road — Leaking Petroleum Storage Tank, Underground Storage Tank • 4109 S. Staples Street — Industrial Hazardous Waste, RCRA-SQG • 4101 S. Staples Street — Drycleaners • 4106 S. Staples Street — RCRA NonGen, Industrial Hazardous Waste • 4166 S. Staples Street — RCRA-CESQG, Industrial Hazardous Waste, EDR Historical Auto Station • 4202 S. Staples Street — Leaking Petroleum Storage Tank, Underground Storage Tank 4501 Gollihar Road. Corpus Christi, TX 78411 ■ 800-677-2831 361-814-9900 Fax 361-814-4401 • naismith-engineering.com Mr. James Harris Regulatory Screening Assessment July 29, 2014 Page 2 of 3 • 4161 S. Staples Street — EDR Historical Auto Station, RCRA NonGen, Underground Storage Tank • 4167 S. Staples Street — Leaking Petroleum Storage Tank, Underground Storage Tank • 4513 Everhart Road — Leaking Petroleum Storage Tank, Underground Storage Tank, Industrial Hazardous Waste The Closed and abandoned landfills (CLI) database is an inventory of sites, both permitted and unauthorized, that accepted wastes and are currently closed. The Leaking Petroleum Storage Tank (LPST) database is an inventory of sites with reported leaking petroleum storage tank incidents. The Underground Storage Tank (UST) database contains underground storage tanks which are registered with the State of Texas. The Drycleaners database contains a listing of dry cleaning facilities. The Environmental Data Resources (EDR) US Historic Auto Stations database includes potential auto station sites that may have functioned as gas stations, auto service stations, and auto repair stations. The Industrial Hazardous Waste database is an inventory of sites that may have handled, generated, or shipped hazardous materials. The Resource Conservation and Recovery Act (RCRA) database is an inventory of sites which generate, transport, store, treat and/or dispose of hazardous waste as defined by the RCRA. Non -generators (NonGen) do not presently generate hazardous waste. Conditionally Exempt small quantity generators (CESQG) generate less than 100kg of hazardous waste, or less than 1kg of acutely hazardous waste per month. Small Quantity Generators (SQG) generate between 100kg and 1,000kg of hazardous waste per month. All LPST sites have reached site closure with the Texas Commission on Environmental Quality (TCEQ). Although the LPST sites in the vicinity of the intersection of Weber Road and Gollihar Road and additionally, the intersection of S. Staples Street and Gollihar Road, have met TCEQ closure criteria, residual soil contamination below closure requirements may still exist in these areas and be encountered during construction activities. All sites identified as only being a UST or Drycleaner site have not reported any releases. However, due to these sites' proximity to the project area, it is possible that undocumented contamination may be present. If suspected contamination is encountered during the construction phase of the project, actions taken should include halting work in the area, taking precautions to limit construction worker exposure, preventing any release of potentially contaminated soil into the environment, and contacting the project engineer for further guidance. If potentially contaminated soils are encountered during construction, further assessment of the area for construction worker safety criteria as well as for disposal purposes will need to be conducted. The table provided in Attachment 2 summarizes information on the sites described above along with information on additional sites and from additional databases identified during review of regulatory records. The information obtained on these additional sites concerning their status, as well as the proximity of the sites to the project area, indicates that they are unlikely to be potential sources of contamination in the project area. The additional databases include EDR US Historical Cleaners and RCRA Large Quantity Generators (LQG). IMARCHITECTURE. ENGINEERING ■ ENVIRONMENTAL■ SURVEYING Naismith Engineering,Inc Mr. James Harris Regulatory Screening Assessment July 29, 2014 Page 3 of 3 If you should have any questions concerning the work performed by NEI or neecl any additional assistance, please feel free to contact me at 361-814-9900. Sincerely, NAISMITH ENGINEERING, INC. Scot E. Collins, P.G. Project Scientist Attachments: Attachment 1: Site Map Including Pertinent Sites Attachment 2: Summary of All Identified Sites Z:\9192-Gollihar Road (Staples to Weber)\Regulatory ScreeningAssessment\Letter Report- Reg. Screening.docx criiARCHITECTUR • ENGINEERING ■ ENVIRONMENTAL ] SURVEYING Nais iithEngineering,Inc Attachment 1: Site Map Including Pertinent Sites • + �� • ,6' 3J. 4 1:I kY " . t �i NEM9ON N0. DATE ey C6CWPTION GOLLIHAR ROAD WEBER ROAD TO S. STAPLES STREET (BOND ISSUE 2014) SITE MAP, INCLUDING PERTINENT SITES SON N0. DATE ar Corpus Christi Engineering OESCRPRON Naismith EngineeringInc TBPE Firm Registration No. F-000355 t0 Attachment 2: Summary of All Identified Sites Summary of Potential Contamination Sources near Project Site The following table summarizes information obtained during the database search. Site Name and Address Location Database Findings Pro Technology Automotive 4041 Gollihar Rd. Corpus Christi,TX78411 On south side of Gollihar Road approximately 600 feet south east of the intersection of Weber Road and Gollihar Road EDR US Historical Auto Station Site is listed as being occupied by Pro Tech Automotive in 2012. Diamond Shamrock 142 4101 Gollihar Rd Corpus Christi, TX 78411 On south side of Gollihar Road approximately 735 feet south east of the intersection of Weber Road and Gollihar Road LPST Site was identified as having groundwater and soil affected by contamination in the past. TCEQ issued final concurrence and closed the most recent case in 2003. UST This site had three 12,098 gallon UST's removed from the ground in 2002. The tanks was registered in 1986 and installed in 1988. Al Electric Auto Service 4037 Gollihar Rd Corpus Christi, TX 78411 On south side of Gollihar Road approximately 490 feet south east of the intersection of Weber Road and Gollihar Road EDR US Historical Auto Station Site is listed as being occupied by A 1 Electric Auto Service in 2011. Site Name and Address Location Database Findings Phillips 66 CO 010061 4501 Weber Rd Corpus Christi, TX 78411 Southwest of intersection of Weber Road and Gollihar Road UST This site had three USTs permanently filled in place in 1979. Capacities range from 550 to 6000 gallons. This site also has three USTs reported as empty with no capacities reported. Contents of tanks were not reported. Brake Time Auto 4029 Gollihar Rd Corpus Christi, TX 78411 On south side of Gollihar Road approximately 350 feet south east of the intersection of Weber Road and Gollihar Road EDR US Historical Auto Station Site is listed as being occupied by Brake Time Auto in 2012. GoodGoodyear Auto Service y Center 4161 South Staples St Corpus Christi, TX 78411 West of intersection of South Staples Street and Everhart Road EDR US Historical Auto Stations Site is listed as being occupied by Goodyear Auto Service Center in 2003. RCRA NonGen/NLR Site is identified as a non generator of hazardous waste. A record of the site as a SQG is listed for 1986. UST This site had one 110 gallon UST removed from the ground in 1994. This tank was installed in 1976 and registered in 1986. Contents of tank were reported as used oil. Circle K 2105 4515 Weber Rd Corpus Christi, TX 78411 On west side of Weber Road approximately 200 feet south of intersection of Weber Road and Gollihar Road LPST Site was identified as having a former vapor impact or NAPL is present in close proximity to subsurface utilities. TCEQ issued final concurrence and closed the case in 1992. Site Name and Address Location Database Findings UST This site had one 6000 gallon UST and two 8000 gallon USTs installed in 1976 and removed in 1996. Contents of tank were reported as Gasoline. Tune and Go 4167 South Staples St. Corpus Christi, TX 78411 On west side of intersection of Everhart Road and South Staples Street LPST The vertical extent of contamination was defined and assessment results showed that groundwater was not affected. TCEQ issued final concurrence and closed the case in 1995. UST This site had two 8000 gallon gasoline USTs installed in 1987 and removed in 1995 and one 500 gallon used oil UST installed in 1987 and removed in 1995. Stripes 2135 4444 Weber Rd Corpus Christi, TX 78411 On north side of Gollihar Road at the intersection of Gollihar Road and Weber Road LPST Site was identified as having groundwater affected by contamination in the past. TCEQ issued final concurrence and closed the case in 1989. UST This site has a 20,000 gallon UST installed in 1995 that is currently in use. The contents of this tank are listed as Gasoline. This site also had four USTs ranging in size from 550 gallons to 6000 gallons installed in 1967(2), 1970, and 1975. All four USTs were permanently filled in place in 1981. Contents of the tanks was not reported. Site Name and Address Location Database Findings CVS Pharmacy 6991 4166 South Staples St Corpus Christi, TX 78411 Cor p On north side of intersection of South Staples Street and Everhart Road RCRA CESQG Site is listed as a conditionally exempt small quantity generator (CESQG). EDR US Historical Auto Stations Site is listed as being occupied by Midas Muffler and Brake in 2001. Industrial Hazardous Waste Site was identified as an inactive non - industrial Conditionally Exempt Small Quantity Generator (CESQG) of hazardous wastes. Waste was not reported after 1993. CJ Company 4435 Weber Rd Corpus Christi, TX 78411 Northwest of intersection of Gollihar Road and Weber Road UST This site had four USTs removed from the ground in 1978. Contents were reported as Gasoline and capacities were one 560 gallon, one 6,000 gallon, and two 8,000 gallon tanks. Country Store 2 4422 Weber Rd Corpus Christi, TX 78411 Northeast of intersection of Gollihar Road and Weber Road UST This site has one 20,000 gallon UST currently in use installed in 2002. Contents are identified as Gasoline. Gaddie Cleaners 4108 E South Staples Street STE E Corpus Christi, TX 78411 On East side of South Staples Street Approximately 1,OOOft north of intersection of South Staples Drycleaners Site is identified as an active drycleaner site that uses petroleum solvents. Site Name and Address Location Database Findings Street and Everhart Road industrial Hazardous Waste Site was identified as an inactive non- industrial Small Quantity Generator (SQG) of hazardous wastes. Waste was not reported after 2003. 4120 South Staples St Corpus Christi, TX 78411 On East side of South Staples Street Approximately 750ft north of intersection of South Staples Street and Everhart Road EDR US Historical Cleaners Site is listed as being occupied by Gaddie Cleaners Inc. in 2004. Firestone Tire and Service Center 4513 Everhart Rd Corpus Christi, TX 78411 On west side of Everhart Road approximately 250 feet south of intersection of South Staples Street and Everhart Road EDR US Historical Auto Stations Site is listed as being occupied by Firestone Tire & Service Center in 2003 and 2004. Industrial Hazardous Waste Site was identified as an inactive non - industrial categorically exempt Small Quantity Generator (CESQG) of hazardous wastes. Waste was not reported after 1993. Jerry Higgins Tire and Auto 4513 Everhart Rd Corpus Christi, TX 78411 On west side of Everhart Road approximately 250 feet south of intersection of South Staples Street and Everhart Road LPST Site was identified as having soil affected by contamination in the past. TCEQ issued final concurrence and closed the case in 1990. UST This site had one 500 gallon UST removed from the ground in 1990. The tank was installed in 1981 and the contents of the tank were reported as used oil. Tettleton Floors 4517 Everhart Rd Corpus Christi, TX 78411 On west side of Everhart Road approximately 350 feet south of intersection of LPST Site is identified as having groundwater affected by contamination in the past. TCEQ issued final concurrence and the case was closed in 1990. Site Name and Address Location Database Findings South Staples Street and Everhart Road UST This site had one 1,000 gallon UST removed from the ground in 1990. The tank was installed in 1987 and the contents of the tank were not reported. Stripes 9502 4202 South Staples St Corpus Christi, TX 78411 West of intersection of South Staples Street and Everhart Road LPST Site is identified as having groundwater affected by contamination in the past. TCEQ issued final concurrence and the most recent case was closed in 2010. UST Site has three 9,816 gallon USTs currently in use. The tanks were installed in 1987 and registered in 1988. Contents of tanks were reported as two Gasoline and one Diesel. TT Electronics International Resistive Company 4222 South Staples St Corpus Christi, TX 78411 North of South Staples Street 600ft. southeast of intersection of South Staples Street and Everhart Road RCRA LQG Site is listed as a large quantity generator (LQG). Wastes include metals, ignitables, corrosives, and reactives. The project is not expected to be impacted by this site. Industrial Hazardous Waste Site was identified as an industrial large quantity generator (LQG) of hazardous wastes. The project is not expected to be impacted by this site. Fort Bend Lube Centers Jiffy Lube 628 4529 Everhart Rd Corpus Christi, TX 78411 On west side of Everhart Road approximately 425 feet south of intersection of South Staples Street and Everhart Road Industrial Hazardous Waste Site is listed as an inactive non -industry categorically exempt small quantity generator (CESQG). UST This site had one 6,000 gallon UST removed from the ground in 1995. The tank was installed in 1979 and registered in 1986. Contents of tanks were reported as used oil. Site Name and Address Location Database Findings RCRA NonGen/NLR Site is identified as a non -generator of hazardous waste. A record of the site as a SQG is listed for 1990. 4224 South Staples St Corpus Christi, TX 78411 On west side of South Staples Street approximately 600 feet south of intersection of South Staples Street and Everhart Road EDR US Historical Auto Stations Site is listed as being occupied by Coastal Autohaus LLC in 2002. 4529 Everhart Rd Corpus Christi, TX 78411 On west side of Everhart Road approximately 450 feet south of intersection of South Staples Street and Everhart Road EDR US Historical Auto Stations Site is listed as being occupied by Jiffy Lube Inc. in 1999, 2000, 2002, 2003, and 2004. Super Discount Cleaners 4101 South Staples St STE 2B Corpus Christi, TX 78411 North of Gollihar Road approximately 1,000ft west of the intersection of South Staples Street and Gollihar Road Drycleaners Site is identified as an active drycleaner site that uses unreported solvents. Nixon Pit 4600 block of Weber Rd. Corpus Christi, TX South of intersection of Gollihar Road and Weber Road CLI Site was a borrow pit filled to ground level with household, commercial, and construction debris. Nothing toxic was deposited on site. The official closure date for the site was not reported. Site Name and Address Location Database Findings 4535 Everhart Rd Corpus Christi, TX 78411 West of Everhart Road approximately 550ft south of the intersection of South Staples Street and Everhart Road EDR US Historical Auto Stations Site is listed as being occupied by Shaffers Muffler & ATMTV in 2003. Walmart Supercenter 4109 South Staples St Corpus Christi, Tx 78411 West of intersection of South Staples Street and Gollihar Road Industrial Hazardous Waste Site is listed as a non -industry small quantity generator (SQG). RCRA-SQG Site is listed as a small quantity generator (SQG). Wastes include metals, ignitables, corrosives, and reactives. The project is not expected to be impacted by this site. Gwynn Enterprises 4225 South Staples St Corpus Christi, TX 78411 On south side of South Staples Street approximately 600 feet southeast of intersection of South Staples Street and Everhart Road Industrial Hazardous Waste Site is listed as a small quantity generator (SQG). Coastal Motorcars LTD 4225 South Staples St Corpus Christi, TX 78411southeast On south side of South Staples Street approximately 600 feet of intersection of South Staples Street and Everhart Road UST This site had five 80 gallon USTs permanently filled in place in 1980. The tanks were installed in 1971 and registered in 1986. Contents of tanks were reported as hydraulic lift oil. Site Name and Address Location Database Findings Gwynn Enterprises 4225 South Staples St Corpus Christi, TX 78411 On south side of South Staples Street approximately sou0th0east feet of intersection of South Staples Street and Everhart Road RC NonGen NLR Site is identified as a non -generator of hazardous waste. A record of the site as a LQG is listed for 1986. Postal Instant Press 4106 South Staples St Corpus Christi, TX 78411 Northwest of intersection of South Staples Street and Gollihar Road RCRA NonGen/NLR Site is identified as a non -generator of hazardous waste. A record of the site as a SQG is listed for 1980. Industrial Hazardous Waste Site is listed as a not active non - industry categorically exempt small quantity generator (CESQG). Waste was not reported after 1993. JC Services 4122 Bradford Corpus Christi, TX 78411 On North side of Bradford Drive approximately 1,100ft southeast of intersection of Bradford Drive and Weber Road RCRA NonGen/NLR Site is identified as a non -generator of hazardous waste. 4101 South Staples St Corpus Christi, TX 78411 Northwest of intersection of South Staples Street and Gollihar Road EDR US Historical Cleaners Site is listed as being occupied by Dollar Seventy Nine Dry Cleaner in 2002 and 2003. Evelyn Price Park 3800 Gollihar Rd Corpus Christi, TX South of Gollihar Road approximately 650ft northwest of intersection of Gollihar Road and Weber Road CLI Site accepted household waste and construction demolition. Site was closed in 1946 and made into a park by the City of Corpus Christi. Legend Cadillac Olds 4626 Everhart Corpus Christi, TX 78411 On east side of Everhart Road approximately 1,100ft south of intersection of South Staples Street and RCRA NonGen/NLR Site is identified as a non -generator of hazardous waste. A record of the site as a SQG is listed for 1999. Site Name and Address Location Database Findings Everhart Road Industrial Hazardous Waste Site is listed as a not active non- industry categorically exempt small quantity generator (CESQG). LPST Site is identified as having soil affected by contamination in the past. TCEQ issued final concurrence and the case was closed in 1990. NAISMITH ENGINEERING, INC. SUE ALONG GOLLIHAR ROAD (Staples Street to Weber Road) fib; ,/ / J --... f j ` / "' / / r �� / I i / �n. i ,,IGollihar Pd. Corpus Chr sti TX -'USA. j' a ✓ Prepared for: Naismith Engineering, Inc. 4501 Gollihar Road Corpus Christi, TX 78411 Date: October 29, 2014 Prepared by: nt RVE, Inc. engineering - surveying TBPE Firm Reg. No. F-2037 820 Buffalo Street (78401-2216) P.O. Box 2927 Corpus Christi, TX 78403-2927 Phone (361) 887-8851 Fax (361) 887-8855 www.rve-inc.com NAISMITH ENGINEERING, INC. TABLE OF CONTENTS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 1. Photos 10. 2. Sketches by Locations 3. Table of Findings 4. GPS Locations 5. Map Drawings RVE, Inc. 599-14027 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 1 Location #1 — Curb Inlet on Southeast corner of Gollihar Rd. and corner of Weber Rd. Storm 18" RCP Northwest. (4.7' to Flow Line). PHOTO NO. 2 Location #2 — 8" WS Gas Line on North side of Gollihar Rd. (NW to SE) (4.8' Cover). RVE, Inc. 599-14027 Page 1 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 3 Location #3 — 16" WS Gas Line along Gollihar Rd. (W to E) (3.1' Cover). PHOTO NO. 4 Location #3 — 16" WS Gas Line along Gollihar Rd. (W to E) (3.1' Cover). RVE, Inc. 599-14027 Page 2 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 5 Location #3 — 8" WS Gas Line along South side of Gollihar Rd. (NE to SW) (2.9' Cover). PHOTO NO. 6 Location #3 — 8" WS Gas Line along South side of Gollihar Rd. (NE to SW) (2.9' Cover). RVE, Inc. 599-14027 Page 3 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 7 Location #4 — 16" WS Gas Line along South side of Gollihar Rd. (NE to SW) (2.6' Cover). PHOTO NO. 8 Location #4 — 16" WS Gas Line along South side of Gollihar Rd. (NE to SW) (2.6' Cover). RVE, Inc. 599-14027 Page 4 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 9 Location #4 — 8" WS Gas Line along South side of Gollihar Rd. (NE to SW) (2.6' Cover). PHOTO NO. 10 Location #4 — 8" WS Gas Line along South side of Gollihar Rd. (NE to SW) (2.6' Cover). RVE, Inc. 599-14027 Page 5 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 11 Location #5 — 10" WS Gas Lines along North side of Gollihar Rd. (NE to SW) (3.6' Cover). PHOTO NO. 12 Location #5 — 10" WS Gas Lines along North side of Gollihar Rd. (NE to SW) (3.6' Cover). RVE, Inc. 599-14027 Page 6 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 13 Location #5 — 10" WS Gas Lines along North side of Gollihar Rd. (NW to SE) (3.5' Cover). PHOTO NO. 14 Location #6 — 12" ACP Water Line along North side Gollihar Rd. (NW to SE) (4.7' Cover). RVE, Inc. 599-14027 Page 7 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 15 Location #7 — 6" CIP Water Line along South side of Gollihar Rd. (SW) (3.4' Cover). PHOTO NO. 16 Location #8 — 6" CIP Water Line along South side of Gollihar Rd. (NW to SE) (2.1' Cover). RVE, Inc. 599-14027 Page 8 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 17 Location #9 — 12" ACP Water Line along the North side of Gollihar Rd. (NW to SE) (4.0' Cover). PHOTO NO. 18 Location #10 — 6" CIP Water Line along South side of Gollihar Rd. (NE to SW) (3.5' Cover). RVE, Inc. 599-14027 Page 9 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 19 Location #11 — 12" ACP Water Line along North side of Gollihar Rd. (NW to SE) (3.5' Cover). PHOTO NO. 20 Location #11 — 12" ACP Water Line along North side of Gollihar Rd. (NW to SE) (3.5' Cover). RVE, Inc. 599-14027 Page 10 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 21 Location #11 — 4" CIP Water Line along North side of Gollihar Rd. (NE to SW) (3.6' Cover). PHOTO NO. 22 Location #11 — 4" CIP Water Line along North side of Gollihar Rd. (NE to SW) (3.6' Cover). RVE, Inc. 599-14027 Page 11 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 23 Location #11 — 2" WS Gas Line along North side of Gollihar Rd. (NW to SE) (2.5' Cover). PHOTO NO. 24 Location #11 — 2" WS Gas Line along Northeast side of Gollihar Rd. (NW to SE) (2.5' Cover). RVE, Inc. 599-14027 Page 12 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 25 Location #11 — 2" Communication Line along North side of Gollihar Rd. (NW to SE) (1.8' Cover). PHOTO NO. 26 Location #11 — 2" Communication Line along Northeast side of Gollihar Rd. (NW to SE) (1.8' Cover). RVE, Inc. 599-14027 Page 13 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 27 Location #12 — 4" CIP Water Line on Gollihar Rd. (NE to SW) (3.6' Cover). PHOTO NO. 28 Location #12 —4" CIP Water Line on Gollihar Rd. (NE to SW) (3.6' Cover). RVE, Inc. 599-14027 Page 14 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 29 Location #12 — 10" WS Gas Line on Gollihar Rd. (NE to SW) (3.5' Cover). PHOTO NO. 30 Location #12 — 10" WS Gas Line on Gollihar Rd. (NE to SW) (3.5' Cover). RVE, Inc. 599-14027 Page 15 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 31 Location #12 — 15" Clay Sanitary Sewer Line along South side of Gollihar Rd. (12.25' to Invert) PHOTO NO. 32 Location #14 — Manhole at intersection of Dody St. and Gollihar Rd. Storm 18" RCP Northeast (8.1' to Flow Line) and South (6.4' to Flow Line). Storm 24" RCP Southwest (11.9' to Flow Line). RVE, Inc. 599-14027 Page 16 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 33 Location #15 — 6" CIP Water Line along North side of Gollihar Rd. (NE to SW) (2.7' Cover). PHOTO NO. 34 Location #15 — 2" WS Gas Line along North side of Gollihar Rd. (NW to SE) (2.1' Cover). RVE, Inc. 599-14027 Page 17 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 35 Location #16 — 2" WS Gas Line along the South side of Gollihar Rd. (SW) (3.6' Cover). PHOTO NO. 36 Location #16 — 2" WS Gas Line along the South side of Gollihar Rd. (SW) (3.6' Cover). RVE, Inc. 599-14027 Page 18 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 37 Location #16 — 6" CIP Water Line along the South side of Gollihar Rd. (NE to SW) (2.5' Cover). PHOTO NO. 38 Location #16 — 6" CIP Water Line along the South side of Gollihar Rd. (NE to SW) (2.5' Cover). RVE, Inc. 599-14027 Page 19 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 39 Location #16 — 10" WS Gas Line along South side of Gollihar Rd. (NW to SE) (3.1' Cover). PHOTO NO. 40 Location #17 — 2" WS Gas Line along North side of Gollihar Rd. (NE) (2.0' Cover). RVE, Inc. 599-14027 Page 20 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 41 Location #17 — 2" WS Gas Line along North side of Gollihar Rd. (NE) (2.0' Cover). PHOTO NO. 42 Location #17 — 2" WS Gas Line along North side of Gollihar Rd. (NW) (2.2' Cover). RVE, Inc. 599-14027 Page 21 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 43 Location #17 — 2" WS Gas Line along North side of Gollihar Rd. (NW) (2.2' Cover). PHOTO NO. 44 Location #17 — 6" CIP Water Line along North side of Gollihar Rd. (SW) (2.8' Cover). RVE, Inc. 599-14027 Page 22 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 45 Location #17 — 6" CIP Water Line along North side of Gollihar Rd. (SW) (2.8' Cover). PHOTO NO. 46 Location #17 — 6" PVC Water Line along North side of Gollihar Rd. (SW) (3.3' Cover). RVE, Inc. 599-14027 Page 23 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 47 Location #17 — 6" PVC Water Line along Northeast side of Gollihar Rd. (SVV) (3.3' Cover). PHOTO NO. 48 Location #17 — Gas Valve found 4.5' Northwest of Existing Water Valve along North side of Gollihar Rd. RVE, Inc. 599-14027 Page 24 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 49 Location #18 — 6" CIP Water Line along Southside of Gollihar Rd. (NE) (2.7' Cover). PHOTO NO. 50 Location #18 — 10" WS Gas Line along Southwest side of Gollihar Rd. (3.2' Cover) RVE, Inc. 599-14027 Page 25 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 51 Location #19 — Storm Man Hole found at Gollihar Rd. and Driftwood PI. Storm 18" RCP Northeast (8.9' to Flow Line) and South (7.8' to Flow Line). Storm 24" RCP Northeast and Southwest (12.5' to Flow Line). PHOTO NO. 52 Location #20 — 2" WS Gas Line along Northeast side of Gollihar Rd. (SE) (2.8' Cover). RVE, Inc. 599-14027 Page 26 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 53 Location #20 — 2" WS Gas Line along Northeast side of Gollihar Rd. (SE) (2.8' Cover). PHOTO NO. 54 Location #20 — 12" ACP Water Line along Northeast side of Gollihar Rd. (NW to SE) (3.3' Cover). RVE, Inc. 599-14027 Page 27 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 55 Location #20 — 12" ACP Water Line along Northeast side of Gollihar Rd. (NW to SE) (3.3' Cover). PHOTO NO. 56 Location #20 — 4" CIP Water Line along Northeast side of Gollihar Rd. (NE to SW) (3.3' Cover). RVE, Inc. 599-14027 Page 28 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 57 Location #20 — 4" CIP Water Line along Northeast side of Gollihar Rd. (NE to SW) (3.3' Cover). PHOTO NO. 58 Location #21 — 2" WS Gas Line along Southwest side of Gollihar Rd. (NE to SW) (3.4' Cover). RVE, Inc. 599-14027 Page 29 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 59 Location #21 — 2" WS Gas Line along Southwest side of Gollihar Rd. (NE to SW) (3.4' Cover). t ..•:,94‘ 6%* --- PHOTO NO.60 Location #21 — 10" WS Gas Line along Southwest side of Gollihar Rd. (NW to SE) (3.4' Cover). RVE, Inc. 599-14027 Page 30 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 61 Location #21 — 4" CIP Water Line along Southwest side of Gollihar Rd. (NE to SW) (4.7' Cover). PHOTO NO. 62 Location #21 — 4" CIP Water Line along Southwest side of Gollihar Rd. (NE to SW) (4.7' Cover). RVE, Inc. 599-14027 Page 31 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 63 Location #22 — North corner of Dolphin PI. and Gollihar Rd. Unable to excavate due to private residence plants and bricked pavement. PHOTO NO. 64 Location #23 — 12" ACP Water Line at Northeast side of Gollihar Rd. and Dolphin PI. (NW to SE) (3.1' Cover). RVE, Inc. 599-14027 Page 32 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 65 Location #23 — 2" WS Gas Line at Northeast side of Gollihar Rd. and Dolphin PI. (NW to SE) (2.5' Cover). PHOTO NO. 66 Location #24 — 2" WS Gas Line along Northeast side of Gollihar Rd. (NW to SE) (2.0' Cover). RVE, Inc. 599-14027 Page 33 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 67 Location #24 — 4" CIP Water Line along Northeast side of Gollihar Rd. (NE to SW) (3.6' Cover). PHOTO NO. 68 Location #24 — 4" CIP Water Line along Northeast side of Gollihar Rd. (NE to SW) (3.6' Cover). RVE, Inc. 599-14027 Page 34 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 69 Location #24 — 12" ACP Water Line along Northeast side of Gollihar Rd. (NW to SE) (3.0' Cover). PHOTO NO. 70 Location #24 — 12" ACP Water Line along Northeast side of Gollihar Rd. (NW to SE) (3.0' Cover). RVE, Inc. 599-14027 Page 35 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 71 Location #25 — 10" WS Gas Line along Southwest side of Gollihar Rd. (NW to SE) (3.4' Cover). PHOTO NO. 72 Location #25 — 2" WS Gas Line along Southwest side of Gollihar Rd. (2.4' Cover) RVE, Inc. 599-14027 Page 36 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 73 Location #25 — 2" WS Gas Line along Southwest side of Gollihar Rd. (2.4' Cover) PHOTO NO. 74 Location #25 — 4" CIP Water Line along Southwest side of Gollihar Rd. (NE) (4.1' Cover). RVE, Inc. 599-14027 Page 37 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 75 Location #25 — 4" CIP Water Line along Southwest side of Gollihar Rd. (NE) (4.1' Cover). PHOTO NO. 76 Location #26 — 12" ACP Water Line at Northeast side of Gollihar Rd. and Marie St. (NW to SE) (3.3' Cover) RVE, Inc. 599-14027 Page 38 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 77 Location #26 — 2" WS Gas Line at Northeast side of Gollihar Rd. and Marie St. (NW to SE) (2.2' Cover) PHOTO NO. 78 Location #27 — 12" ACP Water Line at Northeast side of Gollihar Rd. and Marie St. (3.4' Cover) RVE, Inc. 599-14027 Page 39 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 79 Location #27 — 2" WS Gas Line at Northeast side of Gollihar Rd. and Marie St. (Gollihar) (2.4' Cover) PHOTO NO. 80 Location #28 — Excavated 5.0' across and 8.0' down to locate 6" ACP Water Line, did not locate. Duct Bank found at 2.5'. Probable that 6" ACP is under Duct Bank found at 2.5'. RVE, Inc. 599-14027 Page 40 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 81 Location #28 — Manhole with brick inlay, along Southwest side of Gollihar Rd. Storm 18" RCP Northeast (6.0' to Flow Line). Storm 36" RCP Northwest and Southeast (13.4' to Flow Line). PHOTO NO. 82 Location #29 — 12" ACP Water Line along Northeast side of Gollihar Rd. (West of Carmel) (NW to SE) (3.2' Cover). RVE, Inc. 599-14027 Page 41 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 83 Location #31 — 12" ACP Water Line along Northeast side of Gollihar Rd. (East of Carmel) (3.3' Cover). PHOTO NO. 84 Location #32 — 12" ACP Water Line along Northeast side of Gollihar Rd. (NW to SE) (3.4' Cover). RVE, Inc. 599-14027 Page 42 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 85 Location #32 — Storm 24" RCP Northeast and Southwest (4.7' to Flow Line). Storm 24" RCP Northwest (3.8' to Flow Line). Storm 24" RCP Northeast (4.0' to Flow Line). PHOTO NO. 86 Location #33 — 4" CIP Water Line along Southwest side of Gollihar Rd. (3.0' Cover) RVE, Inc. 599-14027 Page 43 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 87 Location #33 — Manhole at Southwest side of Gollihar Rd. before McGregor Dr. Storm 36" RCP Northwest and Southeast (7.9' to Flow Line). Storm 24" RCP Northeast and Southwest (6.6' to Flow Line). PHOTO NO. 88 Location #33 — Curb Inlet at corner of Southwest side of Gollihar Rd. and McGregor Dr. Storm 36" Northwest and Northeast (7.2' to Flow Line). RVE, Inc. 599-14027 Page 44 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 89 Location #34 — Curb Inlet on Northeast side of Gollihar Rd. Storm 24" RCP Northwest and Southeast (3.5' to Flow Line). PHOTO NO. 90 Location #34 — 12" ACP Water Line along Northeast side of Gollihar Rd. (2.3' Cover) RVE, Inc. 599-14027 Page 45 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 91 Location #35 — 12" ACP Water Line along Northeast side of Gollihar Rd. (3.8' Cover) PHOTO NO. 92 Location #37 — 12" ACP Water Line along Northeast side of Gollihar Rd. (3.5' Cover) RVE, Inc. 599-14027 Page 46 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 93 Location #38 — 12" ACP Water Line along Northeast side of Gollihar Rd. (2.0' Cover) PHOTO NO. 94 Location #38 — Curb Inlet along Northeast side of Gollihar Rd. Storm 24" RCP Northeast (3.0' to Flow Line). Storm 24" RCP Southwest (3.6' to Flow Line). RVE, Inc. 599-14027 Page 47 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 95 Location #39 — Manhole along Southwest side of Gollihar Rd. Storm 24" RCP Northeast and Southwest (5.3' to Flow Line). Storm 36" RCP Northwest and Southeast (6.1' to Flow Line). PHOTO NO. 96 Location #40 — Manhole along Southwest side of Gollihar Rd and Calvin Dr. Storm 24" RCP Northeast and Southwest (4.7' to Flow Line). Storm 24" RCP Southeast (4.7' to Flow Line). Storm 36" RCP Northwest (4.7' to Flow Line). RVE, Inc. 599-14027 Page 48 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 97 Location #41 — Curb Inlet along North side of Gollihar Rd. Storm 18" RCP North (3.3' to Flow Line). Storm 24" RCP Southeast and Southwest (3.8' to Flow Line). PHOTO NO. 98 Location #41 — 6" WS Gas Line along Northeast side of Gollihar Rd. (4.5' Cover) RVE, Inc. 599-14027 Page 49 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 99 Location #42 — 6" ACP Water Line along Northeast side of Gollihar Rd. (3.0' Cover). 6" WS Gas Line along Northeast side of Gollihar Rd. (4.3' Cover). 24" RCP Storm Line along Northeast side of Gollihar Rd. (2.0' Cover). PHOTO NO. 100 Location #42 — Curb Inlet along North side of Gollihar Rd. Storm 18" RCP Northeast (3.9' to Flow Line). Storm 24" RCP Northwest (3.9' to Flow Line). RVE, Inc. 599-14027 Page 50 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 101 Location #43 — No 6" ACP Water Line found, probed up to 8.0' (NE to SW). PHOTO NO. 102 Location #44 — 12" ACP Water Line along North side of Gollihar Rd. (4.3' Cover). 6" WS Gas Line along North side of Gollihar Rd. (3.2' Cover). RVE, Inc. 599-14027 Page 51 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 103 Location #44 — Curb Inlet on North side of Gollihar Rd. Storm 18" RCP Southeast (3.1' to Flow Line). PHOTO NO. 104 Location #45 — Manhole found Northwest Gollihar Rd. Storm 21" RCP Southwest (3.1' to Flow Line). Storm 18" RCP Northwest and North (3.1' to Flow Line). RVE, Inc. 599-14027 Page 52 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 105 Location #45 — Curb Inlet at Southwest side of Gollihar Rd. and corner of Whataburger Way. Storm 21" RCP Northwest (3.7' to Flow Line). Storm 24" RCP Southwest and Northeast (3.7' to Flow Line). PHOTO NO. 106 Location #46 — 2" WS Gas Line along South side of Gollihar Rd. (2.0' Cover) RVE, Inc. 599-14027 Page 53 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 107 Location #47 — 2" WS Gas Line along South side of Gollihar Rd. No Gas as marked by City Gas Department. PHOTO NO. 108 Location #48 — 8" CIP Water Line along Northwest side of Gollihar Rd. (4.3' Cover). 6" WS Gas Line along Northwest side of Gollihar Rd. (3.9' Cover). RVE, Inc. 599-14027 Page 54 of 55 NAISMITH ENGINEERING, INC. PHOTOS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 PHOTO NO. 109 Location #48 — Curb Inlet along Northwest side of Gollihar Rd. Storm 18" RCP Northwest and Southwest (2.9' to Flow Line). PHOTO NO. 110 Location #49 — 8" CIP Water Line along Northwest side of Gollihar Rd. (3.6' Cover) 6" WS Gas Line along Northwest side of Gollihar Rd. (4.2' Cover) RVE, Inc. 599-14027 Page 55 of 55 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 RVE, Inc. engineering — surveying A BUSINESS BUILT ON QUALITY SERVICES TBPE Firrn Registration No. F-2037 CLIENT:Nd///Sm//f// ih GI?J�,/rieeriA FA(G PROJECT NAME: Go//, ha✓ JU� SUBJECT:�f k1 / rI BY: t DATE: ,5-9914e-'44Lr✓ 204L CHKD: PROJECT NO. 11/007 LOCATION:C7O//tJQ✓ A SHT 1 OF 7 DATE: C 820 Buffalo 5t. Corpus Christi, TX 78401 (361) 887-8851 • (361) 887-8855 (f) RVE, Inc. 599-14027 Page 1 of 7 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 F(eRVE. Inc. engineering — surveying A BUSINESS BUILT ON QUALITY SERVICES TBPE Firm Registration No. F-2037 CLIENT: /VQ/5m/7L4 �`/q//ICe),e 1,(/C, PROJECT NO. /51.027 PROJECT NAME: Go//ha✓ //S'V/C JJ LOCATION: 611//i r Roaat SUBJECT: /-CI C . #-/ % 5Toti°,V1 Mkk (-faL SHT 2 OF '7 BY: E . 7/ DATE: 5etWevm.L.tr ,%O/SL. CHKD: DATE: 6o//;1441. Rost) APi f.w ox( I Ic ce. RCP 12,5' ro FL 5roKNA M �l or RcP 12.5' -r6 1.84 RLP 8,9' T FL 18"RcP 76' To FL Box Culvert- 820 ulve&+ 820 Buffalo St. Carpus Christi, TX 78401 (361) 887-8851 • (361) 887-8855 (f) RVE, Inc. 599-14027 Page2of7 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD neRVE, Inc. onglnoering — survoying Date of SUE: 8/18-9/30/2014 A BUSINESS BUILT ON QUALITY SERVICES TRPE Firm Registration No. F-2037 CLIENT: PROJECT NAME: SUBJECT: BY: eN 4/0 ISM YY1gi4et Yi^q 1 SIC PROJECT NO. MO 7 / S / LOCATION: 6//iv,,,-R 5/ Loc. # Z B SHT 3 OF 7 DATE: 2O/ CHKD: DATE: 6.0' 7i FL. 36" KCP 13.1.44 7 �L 6o//;hav Roaj 3" IQc�- 13, +' T FL- `57ogM M 820 Buffalo St. Corpus Christi, TX 78401 (361) 897-8851 • (361) 887-8855 If) RVE, Inc. 599-14027 Page 3 of 7 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 rveRVE, Inc. onginewing — curvuying A BUSINESS BUILT ON QUALITY SERVICES TBPE Firm Registration No. F-2037 CLIENT:filo/S///7�%IA / ty/ h'CVl f i jc PROJECT NO. J - Z7 6 . PROJECT NAME: 66/r4etr—S2/ LOCATION: 6V/6/lac ROQcf' SUBJECT: ,./OG 31/ L bG ' 3/3 / Uc '*.3/ SHT OF 7 BY: . {7 DATE: ,S�f/ s(,6IVr .20 CHKD: DATE: Loc. 2,10/20° 3,a'7F- VP'RcP 7' To FL 2r/,'CP TFL S7Drekt if 76" RC/' 7.9173 a 36" RCP 7.I' To FL 2‘P" RCP A .''' To FL 57oft M!f 24" RC P /7' To FL. 2y'Rc.P G4' To FL L Loc 1751 3,51To6- Goff, far R Oad 820 Buffalo St. Corpus Christi, TX 78401 (361) 887-8851 • (361) 887-8855 (f) RVE, Inc. 599-14027 Page 4of7 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 RVE, Inc. engineering — surveying A BUSINESS BUILT ON QUALITY SERVICES TBPE Firm Registration No. F-2037 CLIENT: Ala ism ryihecti' �/ y -4,(C PROJECT NO. /TZ7 LOCATION: 66/41,4v i oa/ SHT 5 OF 7 PROJECT NAME: GO//.h4 - S -Li SU BJ ECT:// /D C 3c C0 C . #37 F- BY: i��t DATE: cS M,`1, zofy CH KD: DATE: Lac* .3B 21f" RCP 3,b` To PL / ORB Slit T 57?)RM 3, • %a F.6 2Y-°RGf 5,31 Ta FL 6011rA /10 / Siam M.14 2g,'ea' To Jnr 820 Buffalo St. Corpus Christi, TX 78401 (361) 887-8851 • (3611887-8855 (0 RVE, Inc. 599-14027 Page 5 of 7 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD rlaRVE, Inc. englnoering — surveying Date of SUE: 8/18-9/30/2014 A BUSINESS BUILT ON QUALITY SERVICES TBPE Finn Registration No. F-2037 CLIENT: del (.512//111 PROJECT NAME: 6D`/ 1a," £''/E SUBJECT: 1. DC 4 -01 LL/ �Z BY: tff DATE: epi r- .240/ 174 CHKD: PROJECT NO. NOZ7 ,/ LOCATION: �o// /tad Roc/ SHT iv OF 7 DATE: Loe 820 Buffalo St. Corpus Christi, TX 78401 (361) 887-8851 • (361) 887-8855 (f) RVE, Inc. 599-14027 Page 6 of 7 NAISMITH ENGINEERING, INC. SKETCHES BY LOCATIONS SUE ALONG GOLLIHAR ROAD Date of SUE: 8/18-9/30/2014 rife RVE, Inc. engineering - surveying A BUSINESS BUILT ON QUALITY SERVICES TBPE Firm Registration No. F-2037 CLIENT: Ala /5/?117‘ t n✓eer(. y, �i�:C. PROJECT NO. / /4/O27 d LOCATION: C70/1t AR✓ n 0,Kai SHT 7 OF 7 BV: Gl4 DATE: S�PlfgeiC .ZO/ff CHKD: DATE: PROJECT NAME: 60/X flap ...CeZe SUBJECT: G- GL .TT S 4 -A/c) L. U C �1 820 Buffalo St, Corpus Christi, TX 78401 (361) 887-8851 • (361) 887-8855 (f) RVE, Inc. 599-14027 Page 7 of 7 TABLE OF FINDINGS Location Utility Size Cover (ft) Notes 1A GAS (NW TO SE) 16" HPG See Comment 1. 1B WATER (NW TO SE) 10" CIP No additional markings observed. 1C DUCK BANK UTE Unable to excavate. See Comment 2. 1D DUCK BANK UTE Unable to excavate. See Comment 2. 1E MANHOLE CNF Could not find. No magnetic reading. 2A WATER (NW TO SE) 10" CIP No additional markings observed. 2B WATER (W TO E) 16" Traffic control concerns. 2C GAS (NW TO SE) 8" HPG 4.8 2D BOX CULVERT 3A GAS (NE TO SW) 16" HPG 3.1 3B GAS (NE TO SW) 8" HPG 2.9 3C DUCK BANK UTE Unable to excavate. See Comment 2. 3D DUCK BANK UTE Unable to excavate. See Comment 2. 4A GAS (NW) 4B GAS (NE TO SW) 16" HPG 2.6 4C GAS (NE TO SW) 8" HPG 2.6 5A GAS (SE) 10" WS Gas line is behind fence. 5B GAS (SW) 10" WS 3.6 6A WATER (NW TO SE) 12" ACP 4.7 7A WATER (NE) 6" CIP 3.4 7B WATER (SE) 6" CIP 3.4 7C WATER (SW) 6" CIP 3.4 8A WATER (NW TO SE) 6" CIP 2.1 9A WATER(NWTOSE) 12"ACP 4.0 9B GAS (NW TO SE) 10" WS Gas line is behind fence. 9C _ BOX CULVERT 10A WATER (NE) 6" CIP Bend is beneath sidewalk. 10B WATER (SW) 6" CIP 3.5 11A GAS (NW) 10" WS Gas line is behind fence. 11B WATER (NW) 62 4" CIP 3.6 11C GAS (NW TO SE) 2" WS 3.5 12A DUCT BANK UTE Unable to excavate. See Comment 2. 12B STORM 18" RCP See Manhole Sketches. 12C SANITARY SEWER 15" VCP See Manhole Sketches. 12D WATER (NE TO SW) 4" CIP 3.6 12E WATER (NW TO SE) 12" ACP No additional markings observed. 12F GAS (NE TO SW) 10" WS 3.5 12G WATER (NE TO SW) No additional markings observed. 13A WATER (NE) No additional markings observed. 13B GAS (NE TO SW) 10" WS Gas line is behind fence. 13C STORM 48" See Manhole Sketches. 13D WATER (NE TO SW) 4" CIP 5.6 14A WATER (NW TO SE) 12" ACP 14B STORM 24" See Manhole Sketches. 14C DUCT BANK UTE Unable to excavate. See Comment 2. 15A GAS (NW TO SE) 2" WS 2.1 15B WATER (NE TO SW) 6" CIP 2.7 15C GAS (NE TO SW) 10" WS No additional markings observed. 16A WATER (NE TO SW) 6" CIP 2.5 16B GAS(NWTOSE) 10"WS 3.1 TABLE OF FINDINGS Location Utility Size Cover (ft) Notes 16C GAS (SW) 2" WS 3.6 16D WATER (NW) 17A GAS (NW) 10" WS No additional markings observed. 17B GAS (NE) 10" WS No additional markings observed. 17C WATER (NE) 4" CIP 6" CIP 3.3 17D WATER (SW) 6" CIP 2.8 17E Gas (NE) 2" WS 2.2 17F Gas (NW) 2" WS 2.0 18A GAS (NW TO SE) 10" HPG 3.2 18B WATER (NE) 6" CIP 2.7 18C WATER (NE TO SW) 4"CIP No additional markings observed. 19A MANHOLE See Manhole Sketches. 19B BOX CULVERT See Manhole Sketches. 19C STORM (SW) 18" RCP See Manhole Sketches. 19D STORM (NE) 18" RCP See Manhole Sketches. 20A GAS (NE) 10" WS 20B GAS (SE) 2" WS 2.8 20C WATER (NE TO SW) € CIP 4" 3.3 20D WATER 12" ACP 3.3 21A GAS (NW TO SE) 10" HPG 3.4 21B WATER (NE TO SW) 6 CIP 4" 4.7 21C GAS (SW) 2" WS 3.4 22A GAS (NW TO W) 2" WS CNE Could not excavate. See Comment 3. 22B GAS (NW TO W) 10" WS CNE Could not excavate. See Comment 3. 23A GAS (SW TO SE) 2" WS 2.5 23B WATER (SW) 12" ACP 3.1 23C GAS (SW TO SE) 10" WS No additional markings observed. 24A GAS (NW TO SE) 2" WS 2.0 24B WATER (SE) 12" ACP 3.0 24C GAS (NE TO SW) 10" HPG No additional markings observed. 24D WATER (NE TO SW) 4" CIP 3.6 24E GAS (NE TO SW) 10" WS No additional markings observed. 25A WATER (NE) 4" CIP 4.1 25B WATER (NE) 10" HPG No additional markings observed. 25C GAS (NW TO SE) 10" HPG 3.4 25D GAS 2" WS 2.4 26A GAS (NW TO SE) 2" WS 2.2 26B WATER (NW TO SE) 12" ACP 3.3 27A GAS (NW TO SE) 10" WS No additional markings observed. 27B GAS (NW TO SE) 2" WS 2.4 27C WATER 12" ACP 3.4 28A WATER (NE TO SW) 6" ACP CNF Could not find. See comment 4. 28B MANHOLE N/A 28C STORM (E.) 18" RCP See Manhole Sketches. 28D STORM (NW) 36" RCP See Manhole Sketches. 28E STORM (SE) 36" RCP See Manhole Sketches. 28F DUCT BANK 2-2.5" CONDUITS 2.5 29A WATER (NW TO SE) 12" ACP 3.2 30A STORM (NW TO SE) 36" See Manhole Sketches. 31A WATER (NW TO SE) 12" ACP 3.3 TABLE OF FINDINGS Location Utility Size Cover (ft) Notes 32A WATER (NW TO SE) 12" ACP 3.4 32B STORM (NW) 24" See Manhole Sketches. 32C WATER (NE) Waterline beneath Wal-Mart driveway. 33A WATER (NE TO SW) 4" OR 6" 4" CIP 3.0 33B STORM (NW TO SE) 36" See Manhole Sketches. 33C STORM (NE TO SW) See Manhole Sketches. 34A WATER (NW TO SE) 12" ACP 2.3 34B STORM (NW TO SE) 24" See Manhole Sketches. 34C WATER (NE) 34D WATER (SW) 6" ACP 35A WATER (NW TO SE) 12" 3.8 36A STORM (NW TO SE) 36" See Manhole Sketches. 37A WATER (NW TO SE) 12" ACP 3.5 38A WATER (NW TO SE) 12' 2.0 38B STORM (N) See Manhole Sketches. 39A STORM (NE) 18" See Manhole Sketches. 39B STORM (NW TO SE) 36" See Manhole Sketches. 40A STORM ( NE) 33 24" RCP See Manhole Sketches. 40B STORM (SE) 24" See Manhole Sketches. 40C STORM (NW) 36" See Manhole Sketches. 40D STORM (SW) 24" See Manhole Sketches. 41A GAS (NE TO SW) 6" WS 4.5 42A GAS (NW TO SE) 6" WS 4.3 42B STORM (NW TO SE) 24" 2.0 42C WATER (NE TO SW) 6" ACP 42D WATER 12" ACP 3.0 43A WATER(NE TO SW) 6" ACP CNF Could not find. See comment 4. 44A GAS (W TO E) 6" WS 3.2 44B WATER (W TO E) 12" ACP 4.3 45A JUNCTION BOX See Manhole Sketches. 45B STORM (NE) 18" RCP See Manhole Sketches. 45C STORM (SE) 2-42 21" RCP See Manhole Sketches. 45D STORM (NW) 18" See Manhole Sketches. 46A GAS (SW TO NE) 2" WS 2.0 46B GAS (N) No additional markings observed. 47A GAS (SW) 2" WS See Comment 5. 47B GAS (NW) 2" WS See Comment 5. 48A GAS (SW TONE) 6" WS 3.9 48B WATER (SW TO NE) 8" ACP 4.3 49A WATER (SW TO NE) 8" CIP 3.6 49B GAS (SW TO NE) 6" WS 4.2 49C GAS (SE) 2" WS See Comment 5. Comments: 1. Traffic control concerns at this location. Located approx. 400 LF west of Location 1 at 2.1' cover. 2. AT&T did not mark and would not allow excavation, per Robert Gonzalez at (361) 290-1121. 3. Land owner has landscaping within the right-of-way that prevented excavation, see photographs. 4. RVE excavated a 5' long trench centered at the 811 locate marking, to a depth of 8'. 5. 811 locate markings stated "NO GAS", see photographs. GPS LOCATIONS GOLLIHAR SUE Report.FINAL.txt 100,17156117.18,1342494.82,28.86,SO 111 9001,17156192.94,1342522.56,28.2,1oc1A mrkgl 161N 9002,17156172.79,1342516.47,27.5,1oc1B mrkwl 9003,17156167.90,1342513.78,28.1,1oc1 wl4Tee 9004,17156196.29,1342529.73,28.3,1oc1 wv 9005,17156226.57,1342546.72,28.1,1ocl w1Tee 9006,17156224.20,1342554.44,28.O,loc2C 81N GL WS 4.8C 9007,17156131.70,1342630.01,28.6,1oc3A 161N GL 3.1C 9008,17156129.13,1342636.05,28.6,1oc3B 81N GL 2.9C 9009,17156119.34,1342623.36,28.1,1oc4B 161N GL 2.6C 9010,17156116.96,1342629.62,28.3,1oc4C 81N GL 2.6C 9011,17156156.46,1342692.67,28.0,1oc5B 101N GL 3.6C 9012,17156112.19,1342763.33,27.7,1oc6A 121N WL ACP 4.7C 9013,17156054.34,1342729.82,28.1,1oc7A 61N WL CIP 3.4C 9014,17156052.83,1342731.04,28.2,1oc7B 61N WL CIP 3.4C 9015,17156054.45,1342727.80,28.1,1oc7C 61N WL CIP 3.4C 9016,17155902.67,1343014.62,27.8,1oc8A 61N WL CIP 2.1C 9017,17155898.98,1343012.75,28.0,1oc8B 61N WL CIP 2.1C 9018,17155962.29,1343043.89,27.4,1oc9A 121N WL ACP 4.0C 9019,17155703.25,1343390.34,26.3,1oc1OB 61N WL CIP 3.5C 9020,17155634.94,1343656.72,26.3,1oc11A 21N GL 2.5C 9021,17155634.10,1343657.72,26.2,1ocl1B 41N WL 3.6C 9022,17155633.15,1343657.14,26.4,1ocl1C 121N WL 3.5C 9023,17155633.62,1343659.07,26.4,1oc11D 21N COMM 1.8C 9024,17155603.72,1343641.59,26.2,1oc12D 41N WL 3.6C 9025,17155608.81,1343635.14,26.2,1oc12F 101N GL 3.5C 9026,17155575.08,1343627.10,26.3,1oc13B 101N GL 3.9C 9027,17155577.38,1343628.61,25.8,1oc13D 41N WL 5.6C 9028,17155516.94,1343878.37,26.0,1oc15A 21N GL 2.1C 9029,17155515.03,1343882.40,26.0,1oc15B 61N WL 2.7C 9030,17155463.41,1343855.47,25.8,1oc16A 61N WL 2.5C 9031,17155449.11,1343853.76,25.8,1oc16B 101N GL 3.1C 9032,17155447.80,1343852.43,25.8,1ocl6C 21N GL 3.6C 9033,17155395.88,1344105.28,26.3,1oc17 GV 9034,17155397.90,1344111.33,26.3,1ocl7C 61N PVC WL 3.3C 9035,17155392.05,1344108.15,26.3,1ocl7D 61N CIP WL 2.8C 9036,17155398.10,1344100.70,26.3,1ocl7E 21N GL 2.2C 9037,17155399.41,1344108.43,26.3,1oc17F 21N GL 2.0C 9038,17155322.34,1344091.98,26.0,1oc18A 101N GL 3.2C 9039,17155333.31,1344078.41,26.1,1ocl8B 61N WL 2.7C 9040,17155295.29,1344216.01,26.4,1oc19A MHD 9041,17155272.82,1344336.51,26.1,1oc2OB 21N GL WS 2.8C 9042,17155269.40,1344334.39,26.2,1oc20C 41N WL CIP 3.3C 9043,17155270.46,1344335.19,26.0,1oc2OD 121N WL ACP 3.3C 9044,17155210.59,1344300.53,26.3,1oc21A 101N GL WS 3.4C 9045,17155214.66,1344306.78,25.9,1oc21B 41N WL CIP 4.7C 9046,17155208.95,1344303.52,26.2,1oc21C 21N GL wS 3.4C 9047,17155199.51,1344474.30,26.0,1oc23A 21N GL wS 2.5C 9048,17155193.18,1344480.38,26.3,1oc23B 121N WL ACP 3.1C 9049,17155154.38,1344559.62,26.4,1oc24A 21N GL WS 2.0C Page 1 GPS LOCATIONS GOLLIHAR SUE Report.FINAL.txt 9050,17155155.18,1344550.91,26.5,1oc24B 121N WL ACP 3.00 9051,17155154.06,1344562.85,26.4,1oc24D 41N WL CIP 3.6C 9052,17155095.84,1344532.69,26.1,1oc25A 41N WL CIP 4.1C 9053,17155085.97,1344534.54,26.4,1oc25C 101N GL WS 3.4C 9054,17155087.34,1344532.15,26.4,1oc25D 21N GL wS 2.4C 9055,17155108.34,1344646.01,26.4,1oc26A 21N GL wS 2.2C 9056,17155102.75,1344653.45,26.0,1oc26B 121N WL ACP 3.3C 9057,17155077.12,1344703.74,26.1,1oc27B 21N GL wS 2.4c 9058,17155074.02,1344706.63,26.3,1oc27C 121N WL ACP 3.4C 9059,17154948.11,1344791.45,25.6,1oc28B MHD 9060,17154953.05,1344785.09,25.8,1oc28F COMM DUCT BANK 2.5C 9061,17154955.08,1344932.45,25.4,1oc29A 121N WL ACP 3.2C 9062,17154870.86,1345090.78,25.1,1oc31A 121N WL ACP 3.3C 9063,17154821.22,1345183.84,25.0,1oc32A 121N WL ACP 3.4C 9064,17154713.87,1345237.06,24.4,1oc33A 41N WL CIP 3.00 9065,17154769.25,1345282.02,24.8,1oc34A 121N WL ACP 2.3C 9066,17154749.03,1345319.48,24.7,1oc35A 121N WL ACP 3.8C 9067,17154605.96,1345586.93,25.3,1oc37A 121N WL ACP 3.5C 9068,17154542.29,1345706.93,25.0,1oc38A 121N WL ACP 2.00 9069,17154397.36,1345973.99,24.6,1oc41A 61N GL WS 4.5C 9070,17154378.56,1346012.89,24.7,1oc42A 61N GL wS 4.3C 9071,17154377.43,1346012.41,24.6,1oc42B 241N STORM 2.0C 9072,17154378.96,1346013.35,24.7,1oc42D 121N WL ACP 3.00 9073,17154308.89,1346378.88,24.8,1oc44A 61N GL WS 3.2C 9074,17154310.09,1346377.92,25.0,1oc44B 121N WL ACP 4.3C 9075,17154330.43,1346641.36,25.0,1oc46A 21N GL wS 2.00 9076,17154341.03,1346657.77,25.0,1oc46 GV 9077,17154344.95,1346516.94,24.4,1oc48A 61N GL WS 3.9C 9078,17154344.29,1346517.32,24.5,1oc48B 81N WL ACP 4.3C 9079,17154428.47,1346669.07,25.0,1oc49A 81N WL ACP 3.6C 9080,17154442.69,1346696.09,25.3,1oc49B 61N GL WS 4.2C 9081,17156178.71,1342497.04,27.9,1ocl MHD 9082,17155534.74,1343764.14,26.4,1oc14 MHD 9083,17154806.64,1345220.46,24.9,1oc32 MHD 9084,17154733.51,1345190.46,24.8,1oc33 MHD 9085,17154713.23,1345229.75,24.5,1oc33 MHD 9086,17154760.25,1345296.89,24.8,1oc34 MHD 9087,17154534.74,1345715.31,24.8,1oc38 MHD 9088,17154450.52,1345719.06,25.0,1oc39 MHD 9089,17154339.24,1345932.25,24.1,1oc40 MHD 9090,17154402.17,1345964.17,24.5,1oc41 MHD 9091,17154369.09,1346025.96,24.6,1oc42 MHD 9092,17154317.59,1346432.09,24.3,1oc44 MHD 9093,17154311.30,1346448.42,24.4,1oc45 MHD 9094,17154252.66,1346463.63,24.4,1oc45 MHD 9095,17154339.23,1346506.24,24.3,1oc48 MHD Page 2 Tut S! S2 S2 c m y J ci g £ i g 6 a•Vtit] 92 S2 S2 R Pill !!':N N g M66 6 ft Eft m mm I�=I I g2 32S2 PP lig n i m mole Fz 6 A MATCH LINE "B" - I t5"RCP Uc) H MATCH LINE "A" • MATCH LINE "C" 10447 MATCH LINE "B" ti MATCH LINE "A" 1 NENRON NO. DATE BT DEMON PENSION NO. DATE Ett DESORPTION co xlo k • ORALWEBER ROAD ROAD STREET (BOND ISSUE 2014) SUBSURFACE UTILITY EXPLORATION MAP Corpus Chrsti Engineering Naismith Engineering,Inc TBPE Firm Registration No. F-000355 THIS DOCUMENT IS RELEASED TEMPORARILY FOR INTERIM REVIEW PURPOSES ONLY BY WILFREDO RIVERA, JR. BIM ON 07/06/14, /!40 SHALL NOT BE USED FOR CONSTRUCTION. BIDDING, OR PERMIT PURPOSES. t0 v MATCH LINE "E" MATCH LINE "D" MATCH LINE "C" OH 4^CP — 0 0 w g 0 6 01 P 8 r MATCH LINE "F" 7,® MATCH LINE "E" MATCH LINE ' D" ti� ti fENSON N0. DME 9T BESC R'NON WASICl1 NO. BATE R< DOORSAPWEBER RQATSLES STREET (BOND ISSUE 2014) SUBSURFACE UTILITY EXPLORATION MAP Corpus Chrsti Engineering Naismith Engineering,Inc TBPE Firm Registration No. F-000355 THIS DOCUMENT IS RELEASED TEMPORARILY FOR INTERIM REVIEW PURPOSES ONLY BY WILFRE00 RIVERA. JR. 01541 ON 07/00/14. MIO SNAU_ NOT BE USW FOR CONSTRUCTION, RIODINC, OR PERMIT PURPOSES. 421 Za N ® ®`t ®# S! S! Sl EPP PP 888 88 111 42.22 000000 gElziMmm Z'12 5 8 G) 8 C 8 s 5 1 LA 3 1 0 5 13 3 E kni 0 m MATCH LINE "F" e� ��vv _aoo.eeemmmm .. g O PI nm i ME WATER (SE) p --Lm m3 x GAS (NWT GAS (NNAAE TOSWO RAVE 1000 IMS 05 GO SW o4`, .0,_, n5 ,6 v sx UTILITY GAS (NW TOSE) WATER ( NW TO SE) m'g mm9m9m a -am �-mm To v9mm 3'A iiv mm��^' -1 v m il 5 1 LA 3 1 0 5 13 3 E kni 0 m MATCH LINE "F" e� ��vv _aoo.eeemmmm .. g 0,..-T&mom 0 80o8,> 0 0 x WATER' (NE TO SVA WATER (NW TO SE) P, id WATER (NE TO SOT o> SANITARY SEWER sNREN».(ERR RNA ,n?1- Fmk >118?, mm9m9m m mmmmmm S9 �-mm ,U v9mm fvD<� iiv mm��^' v m 5 1 LA 3 1 0 5 13 3 E kni 0 m MATCH LINE "F" e� ��vv _aoo.eeemmmm .. GAS (NE TO SWT I WATER (NE TO SW) A o m� Gas ons TOSE) ,WATER (SW) 5 (GM GAS (NW TO WI GAS (NW TONT ER (NE TO SWI GAS (SANTO.) `NAT= INE TO SWT STORM (NE) GAS INE) A6 (6E) MANHOLE STOPM I5WIT >rA N p;o 1 h. WATER (NE) WATER (SW) m� W.. >118?, mm,,A, m mmmmmm S9 ,U v9mm iiv m-- v m 5 1 LA 3 1 0 5 13 3 E kni 0 m MATCH LINE "F" MATCH LINE "H"Z REASON N0. DATE BY DESddPDON RI115Q1 N0. DATE BY DESCMPSON 331 OOALWEBER ROAD TS. SPES STREET (BOND ISSUE 2014) SUBSURFACE UTILITY EXPLORATION MAP Corpus Christi Engineering MINaismith Engineeringlnc T8PE Firm Registration No. F-000355 THIS DOCUMENT IS RELEASED TEMPORARILY FOR INTERIM REVIEW PURPOSES ONLY BY WILFREDO RIVERA. JR. 9154E 05 07/09/14, ANO SHALL NOT BE USED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSES. S N ens (SW TO NE) GAS ISE) 2 1 88;33IA STORM IOW GAS (SW TO NE) AS (N) STORM (NE) STORM SE '-5 0 0 OM (NW TO SE) WATER(NE TO 5W) WATEP(NE TO 6W) STORM (5W) AS (NE TO SW) >118?, m mmmmmm mm " iiv m-- v m WI 11 MATCH LINE "H"Z REASON N0. DATE BY DESddPDON RI115Q1 N0. DATE BY DESCMPSON 331 OOALWEBER ROAD TS. SPES STREET (BOND ISSUE 2014) SUBSURFACE UTILITY EXPLORATION MAP Corpus Christi Engineering MINaismith Engineeringlnc T8PE Firm Registration No. F-000355 THIS DOCUMENT IS RELEASED TEMPORARILY FOR INTERIM REVIEW PURPOSES ONLY BY WILFREDO RIVERA. JR. 9154E 05 07/09/14, ANO SHALL NOT BE USED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSES. S N CULVERT INSPECTION REPORT Box Culverts along Gollihar Road between Weber Road and Carmel Parkway City of Corpus Christi Corpus Christi, Texas Inspection Date: March 31, 2014 NEI Project No. 9192 Naismith Engineering,Inc TBPE Firm Reg. No. F-355 4501 Gollihar Road Corpus Christi, TX 78411 Phone: (361) 814-9900 Fax: (361) 814-4401 March 2014 LatLEYJIS..«....s.„reR Ar'T 54578 .� Page 1 of 33 TABLE OF CONTENTS 1.0 Executive Summary 3 2.0 Box Culvert Report 4 2.1 Introduction and Background 4 2.2 Findings 5 2.2.1 Structural Components 5 2.2.2 Topside of Top Slab 5 2.2.3 Underside of Top Slab 5 2.2.4 Side Walls 5 2.2.5 Topside of Bottom Slabs 6 2.2.6 Drainage Pipes Entering the Box Culvert 6 2.3 Pipe Flow Lines in Box Culvert 7 2.4 Discussion 8 2.5 Recommendations 9 2.6 Drawings 10 Page 2 of 33 1.0 Executive Summary This box culvert inspection was conducted on March 31, 2014. Naismith Engineering, Inc. conducted the condition assessment of the box culverts under confined space conditions. The box culvert entrances were located at a manhole opening on the westbound lane of Gollihar Road at STA 58+13 and a manhole opening on the eastbound lane at the intersection of Gollihar Road and Marie Street at STA 77+25. The scope of services included conducting a box culvert evaluation from of Gollihar Road from Weber Road (STA 52+72) to Carmel Parkway (STA 78+79). Minor to moderate deficiencies found were documented with photos and recorded with stations. A report with the findings, photographs, and recommended repairs was provided as part of the box culvert evaluation. The topside of the box culverts were not visible nor inspected since the box culverts are located directly underneath Gollihar Road. The interior of the culverts — including the walls, underside of the top slab, and the topside of the bottom slab — were generally in good condition. Minor cracks, minor to moderate spalling, minor rebar exposure, moderate minor corrosion, minor debris, and major mineral deposit formations were the main issues found throughout the culvert. Cracks ranged in the size from hairline cracks to 0.125 -inch wide and were typically located near construction joints. Spalling, exposed rebar, and rebar corrosion were minimal and were common around manhole openings and pipe inlets. Minor debris composed of silt, mud, and trash was frequent on topside of the bottom slab from STA 77+25 to STA 78+79. Approximately 3 -inch to 6 -inch of standing water was typically along the entire length of the culvert. Significantly large mineral deposit formations occurred at cracks 0.060 -inch to 0.125 -inch wide and at construction joints. A traffic live load structural analysis on the existing box culverts was not required based on American Association of State Highway and Transportation (AASHTO) Bridge Design Specifications for the effect of live loads on soil fill. Page 3 of 33 2.0 Box Culvert Report 2.1 Introduction and Background On March 31, 2014, we visited Gollihar Road to assess the overall condition of the existing box culverts between Weber Road and Carmel Parkway and to locate areas that require maintenance and repair. This report is based on visual observations and verbal information gathered during the inspection. No laboratory tests were performed during the investigation. As -built construction drawings of the box culverts were available during our assessment. For the purposes of this report, the wall that faces the westbound lane of Gollihar Road will be considered to face north. All observations are referenced to this approximate direction. The box culvert is under approximately 9 -feet to 10 -feet of soil. The box culvert is located directly underneath Gollihar Road from STA 52+72 to STA 78+78 (See Photograph 1) and curves north parallel to Carmel Parkway starting at STA 78+78 (See Photograph 2). The inspection began at a 54 -inch diameter reinforced concrete pipe (RCP) at the intersection of Gollihar Road and Weber Road (STA 52+72) and ended at a transition located west of Carmel Parkway (STA 78+79). Approximately 2607 -feet of box culvert were inspected. The culvert consisted of two different box culvert sizes (Refer to Figures 1 and 2). The culvert began with a transition at STA 52+72 to a 11'x10' box culvert at STA 52+92; a 11'x10' box culvert extended from STA 52+92 to STA 71+85; a transition from an 11'x10' box culvert at STA 71+85 to a 12'x10' box culvert at STA 72+05; a 12'x10' box culvert extended from STA 72+05 to STA 78+78; and a transition from a 12'x10' box culvert at STA 78+78 to a larger box culvert at STA 78+79. The 11'x10' box culvert curved south from the westbound lane of Gollihar Road to the eastbound lane of Gollihar Road starting at STA 59+35 and ending at STA 61+55. The culvert curved north toward Carmel Parkway at STA 77+16. Page 4 of 33 2.2 Findings The culvert inspection was conducted on March 31, 2014 by Naismith Engineering, Inc., which included the box culverts from the intersection of Weber Road and Gollihar Road and a portion of the box culverts west of Carmel Parkway. 2.2.1 Structural Components Generally, the box culverts were in good condition for their age. Typical problems and issues discovered were minor to moderate concrete cracking, minor concrete spalling, exposed or corroded rebar, minor debris, and significant mineral deposit formations. 2.2.2 Topside of Top Slab The box culverts were located an average of 9 -feet to 10 -feet of soil and asphalt roadway from the intersection of Weber Road and Gollihar Road (STA 52+72) to west of the intersection of Carmel Parkway and Gollihar Road (STA 78+78). The box culverts parallel to and west of Carmel Parkway were located underneath soil and moderate vegetation from STA 78+78 to STA 78+79 (Refer to Photograph 2). 2.2.3 Underside of Top Slab The underside of the top slab was in good condition. Minor to moderate cracking, minor spalling, and exposed reinforcement were the typical issues throughout the box culverts. A majority of the issues were cracks. Cracks ranged in sizes from hairline cracks up to 0.125 -inch wide and lengths ranging from 2 -foot to the entire width of box culvert. Typical cracks included minor efflorescence (Refer to Photograph 3) or rebar corrosion seepage (Refer to Photograph 4). These cracks frequently occurred throughout the entire length of the culverts. Minor spalling up to 6" wide and exposed reinforcement was typically observed around inlet openings, such as a 16" RCP pipe inlet at STA 65+04 (Refer to Photograph 5). Construction joints along the top slab were in fair condition. 2.2.4 Side Walls The side walls of the box culverts were in fair to good condition. Typical defects include moderate cracking, minor spalling, exposed reinforcement, and significant mineral deposit formations. Cracks ranged in sizes from hairline cracks to 0.125 -inch in width, with minor to moderate effloresce and rebar corrosion seepage (Refer to Photographs 6 and 7). Moderate spalling and exposed rebar occurred at pipe inlets (Refer to Photograph 8). Significant, large mineral deposit formations occurred throughout the entire length of the box culvert along moderate cracks at approximately 12 -foot on center and along construction joints. These formations were typically 5 -foot to 8 -foot in height, bases from 2 -foot to 4 -foot in width, and thickness up to 2 -foot (Refer to Photographs 9, 10, and 11). Page 5 of 33 2.2.5 Topside of Bottom Slabs The topside of the bottom slab was in fair condition. A majority of the box culvert contained up to 6 -inch of standing water. Trash, debris, silt and water littered the bottom slab beginning at STA 77+25. Mineral deposit formations up to 3 -foot diameter and up to 1 -foot in height frequently occurred along the edges of the side walls and bottom slab throughout the length of the box culverts (Refer to Photograph 12). 2.2.6 Drainage Pipes Entering the Box Culvert Generally, drainage pipes and inlets were typically in good condition with no visible signs of significant concrete deterioration (Refer to Table on Section 2.3 for all pipe inlets). A majority of the pipe inlets entered the box culverts through the north and south walls, such as the 54 -inch diameter pipe that penetrates the south wall at STA 52+72 (Refer to Photograph 13). At one instance, one 18 -inch steel pipe penetrated both the south and north walls at STA 65+63 (Refer to Photograph 14). We observed instances where pipe inlets entered the shafts of manhole openings. One 18 -inch diameter RCP coming from the north and one 15 -inch RCP coming in from the northwest entered the manhole shaft at STA 52+75 (Refer to Photograph 15); one 8 - inch diameter steel pipe entered the manhole shaft at STA 58+13 (Refer to Photograph 16); and one 15 -inch RCP coming in from the southwest entered the manhole shaft at STA 65+63 (Refer to Photograph 17). One 96 -inch wide by 72 -inch concrete inlet entered the south wall at STA 77+26 (Refer to Photograph 18). Similarly, one 36 -inch wide by 24 -inch tall opening entered the south wall at STA 78+78 (Refer to Photograph 19). Page 6 of 33 2.3 Pipe Flow Lines in Box Culvert Station North Wall Pipe Size South Wall Pipe Size Manhole Shat Pipe Size Flow Line Measured Up from Soffit Flow Line Measured Down from Soffit Photograph 52+72 - 54" RCP - 78" 13 52+75 - - 18" RCP (N) 34" - 15 52+75 - - 15" RCP (NW) 36" - 15 55+69 - 8" STEEL - - 12.5" 20 57+69 30" RCP - - - 30" 21 57+69 - 16" RCP - - 6" 22 58+09 30" RCP - - - 40.5" 23 58+13 24" RCP - - 43" 23 58+13 - - 8" STEEL (NW) 40" - 16 59+08 - 8" S'1'EEL - - 6" 24 62+41 - 20" RCP- - 20" 25 63+54 30" RCP - - - 34" 26 63+54 24" RCP - - - 39" 27 65+04 16" RCP - - - 0" 28 65+63 18" STEEL - - - 68" 14 65+63 - - 15" RCP (SW) 26" - 17 65+67 - 48" RCP - - 64" 29 67+16 24" RCP - - 36" 30 69+72 18" RCP - - - 33" 31 72+28 18" RCP - - 35" 32 74+75 18" RCP - - - 30" 33 77+25 - 54" RCP - 70" 34 77+26 - 96" x 72" - - 72" 18 78+78 - 36" x 24" - - 24" 19 Notes: 1. Soffit is considered to be the bottom side of the top slab. 2. "Flow Line Measured Up From Soffit" measures the flow line for pipes entering the manhole shafts. This measurement is from soffit to bottom portion of inside pipe. 3. "Flow Line Measured Down From Soffit" measures the flow line for pipes entering the box culverts. This measurement is from soffit to bottom portion of inside pipe. Page 7 of 33 2.4 Discussion Overall, most defects observed were minor and do not significantly affect the structural integrity of the culverts. However, in order to prevent further deterioration of the culverts, several steps should be taken to reduce the potential problems these defects may cause. In order to prevent further concrete weakening and spalling, areas with spalled concrete and exposed rebar should be repaired and patched with an epoxy mortar material within the next several months. Despite the numerous cracks on the walls and underside of the top slab, immediate attention is not necessary but should be monitored. All defects should be repaired within the next two years. A routine inspection schedule should be established to monitor the condition of the cracks until they have been satisfactorily repaired. Cracks that expand and that are greater than 0.125 -inch in width should be sealed with epoxy crack injection material. If not repaired, these cracks will eventually lead to more costly spall repairs, efflorescence, or rebar corrosion in the future. Although the mineral deposit formations found do not affect the structural integrity of the existing box culverts, their growth should be monitored over the next several years. These deposits have the potential of obstructing the free movement of water under design storm conditions. In addition the deposits can initiate the accumulation of debris that could further obstruct the flow of water through the culverts. Lastly, a live load analysis, which includes traffic and truck load was not required on the existing 11'x10' and 12'x10' box culverts. According to the 2005 AASHTO LRFD Bridge Design Specifications Section 3.6.1.2.6 "Design of Wheel Loads Through Earth Fills," "the effects of live load may be neglected where the depth of fill is more than 8.0 ft and exceeds the span length... for single span culverts." The existing depth of fill exceeds 8 -feet from STA 52+72 to STA 78+79, which includes the 11'x10' and 12'x10' box culverts. The box culverts were analyzed for superimposed dead loads that include the dead weight of the proposed concrete roadway, the depth of soil above the box culvert, and the dead self -weight of the box culvert itself. The design of the 11'x10' and 12'x10' box culverts are adequate in supporting the expected superimposed dead loads based on the available record drawings. Page 8 of 33 2.5 Recommendations The box culverts along Gollihar Road from Weber Road (STA 52+72) to west of Carmel Parkway (STA78+79) are in fair condition for structures of their age. There are routine maintenance items that should be addressed. The following items should be addressed and are listed in order of immediate attention to future attention: ■ Remove loose and/or spalled concrete, clean exposed rebar, treat rebar with a rust inhibitor primer, and repair/patch areas with an epoxy mortar material (Refer to Photographs 5, and 8). • Remove trash, silt, and debris from bottom slab of culverts. ■ Moderate cracking on all areas of culverts should be sealed with an epoxy crack injection material. If this is not addressed, water may migrate through the cracks and cause further spalling and rebar corrosion (Refer to Photographs 3, 4, 6, and 7). ■ Monitor the growth of mineral deposit formations and remove it from obstructing the free flow of water (Refer to Photographs 9, 10, 11, and 12). Based on existing conditions, the box culverts beneath Gollihar Road are currently exempt from a traffic live load analysis. The proposed new construction on Gollihar Road should be developed so that the existing culverts continue to be exempt from a traffic live load analysis. A minimum of 8 -feet of soil and/or select fill should be maintained from beginning to end of the road construction; this will help reduce the effect of traffic live loading on the existing culverts by distributing the loads over a larger effective area. If the proposed depth of soil is less than 8 - feet, then the effects of traffic loading on the existing box culverts will need to be investigated, which will require a structural and geotechnical analysis. Page 9 of 33 2.6 Drawings Figure No. Description Page 1 Location of Project 11 2 Exhibit of Defects 12 3 Section I: 11'x10' Box Culvert 14 4 Section II: 12'x10' Box Culvert 15 Page 10 of 33 N rO N 120. -velyn Dar-< O FROUIEOT LOCATION MR WEBER ROAD TO &STAPLES STREET CORPUS CHROI. TDrAS 4/ Sn Aqn ar-ala \ Dar 1000 0 1000 2000 3000 SCALE: 1-=1000• GRAPHIC MAP SCALE PROJECT AREA MAP GOL L I HAR ROAD WEBER ROAD TO S. STAPLES STREET City Project # E13087, NEI Project 9192 CITY OF CORPUS CHRISTI, TEXAS [alNaismithEngineering,Inc ENGINEERING ■ ENVIRONMENTAL■ SURVEYING TBPE REGISTRATION NO. F-000355 is9 ijh 1 E: r PIN il 98 R,6 11 kgEa vg 4 SO 0 gg g DI 2.2•S EXHIBIT MATCH LINE "B" G r MATCH LINE "A" MATCH LINE "C" ti MATCH LINE ' B'�® MATCH LINE "A"® REASON NO. DATE ay CESCRPIION PENSION NO. Br DESORPTION GOLLIHAR ROAD STAPLES TO WEBER EXISTING CULVERT REHABILITATION (1 OF 2) Corpus Christi Engineering Naismith Engineering,Inc TBPE Firm Registration No. F-000355 THIS DOCUMENT IS RFI FMSED TEMPORARILY FOR INTERIM REVIEW PURPOSES ONLY BY WILFREDO RIVERA, P.E.. 81549 ON 03/17/14. MO SHALL NOT 81 USED FOR CONSTRUCTION. BIDDING. OR PERMIT PURPOSES. 10 SO N 22EFElEi leg SAP EXHIBIT a MATCH LINE "D" MATCH LINE "C" MATCH LINE "D" RENSWN HO. DATE DESCRIPTION PENSION NO. DAM In DESCRIPTION GOLLIHAR ROAD STAPLES TO WEBER EXISTING CULVERT REHABILITATION (2 OF 2) Corpus Christi Engineering Naismith Engineering,Inc TBPE Firm Registration No. F-000355 THIS DOCUMENT IS RELEASED TEMPORARILY FOR INTERIM REVIEW PURPOSES ONLY SY WILFREDO RIVERA. P.E.. a1549 ON 03/17/14. AND SHALL NOT BE U5m FOR CONSTRUCTION. BIDDING. OR PERMIT PURPOSES. 11" 1 0 12'-10" #7C 10" 0.C. ALT. #5®15"0C #5017"0.C. 11,-0" BAR C,#6® 9" 0.C. ALT. 11" BAR D, #6 & #7 ® 9" O.C. ALT. 2'-11"1 BAR C EXISTING 11'x10' BOX CULVERT SECTION SCALE: N.T.S. 2'-11" BAR D #7 & #8 ® 9" 0.C. ALT. #5 ® 13" 0.C. THIS BOX CULVERT SECTION IS BASED ON EXISTING SECTIONS AND DETAILS SHOWN ON THE RECORD DRAWINGS GIVEN BY THE CITY OF CORPUS CHRISTI. to Iw SECTION I GOLLIHAR ROAD CULVERT INSPECTION CITY OF CORPUS CHRISTI NEI Naismith Engineering,Inc OFFICE t.00„3O, : eat Oo.b. Rd Caws Odra Was 78?? P.a ax X99 O...4 res 78+83 (360►-Rxe TBPE NO. F-355 11" 13'-10" #8 CO 8Y2" O.C. #5 © 15" 0 C #5 ® 17" 0.C. 12'-0" BAR C, #6 & #7 © 8" O.C. 11" • BAR D, #6 & #7 © 8" 0.C. ALT. 0 3'-2" #8 © 8" 0.C. #5 CO 13" O.C. EXISTING 12'x10' BOX CULVERT SECTION SCALE: N.T.S. F3'-2" -i BAR C BAR D 2-#4 THIS BOX CULVERT SECTION IS BASED ON EXISTING SECTIONS AND DETAILS SHOWN ON THE RECORD DRAWINGS GIVEN BY THE CITY OF CORPUS CHRISTI. SECTION II GOLLIHAR ROAD CULVERT INSPECTION CITY OF CORPUS CHRISTI NEI Naismith Engineering,Inc OFFICE LOCATION : 4501 Coeur IM Coque arMG Tao 78411 P.0. dor .TODD Coque OWLt4 Tao Mat Pt -8144900 TBPE NO. F-355 2.7 Photographs Photograph 1— Box culverts located beneath Gollihar Road. Picture looking west. 17 Photograph 2 — Location where box culverts curve north parallel to Carmel Parkway starting STA 77+16. 17 Photograph 3 — Typical efflorescence forming at minor cracks on bottom of top slab. 18 Photograph 4 — Typical rebar corrosion seeping through minor cracks on the bottom of the top slab. 18 Photograph 5 — Typical exposed rebar and concrete spalling at pipe inlets. 19 Photograph 6 — Typical efflorescence forming at minor cracks on side walls. 19 Photograph 7 — Minor rebar corrosion seeping through cracks on side wall 20 Photograph 8 — Moderate spalling and exposed rebar at pipe inlets and side walls. 20 Photograph 9 — Typical mineral deposit formations on side walls. 21 Photograph 10 — Typical mineral deposit formations on side walls. 21 Photograph 11— Typical mineral deposit formations on side walls. 22 Photograph 12 — Typical mineral deposit formations at bottom slab with minor trash and debris. 22 Photograph Photograph Photograph Photograph Photograph Photograph Photograph Photograph 20 — 8 -inch steel pipe at south wall at STA 55+69 Photograph 21— 30 -inch RCP at north wall at STA 57+69 Photograph 22 — 16 -inch RCP at south wall at STA 57+69. Photograph 23 — RCP marked "1" is a 30 -inch RCP at north wall at STA 58+09 and RCP marked "2" is a 24 -inch at north wall at STA 58+13. Photograph 24 — 8 -inch steel pipe at south wall at STA 59+08. 13 — 54 -inch RCP located on south wall at STA 52+72 14 — 18 -inch steel pipe penetrating north and south walls at STA 65+63. 15 — 18 -inch RCP and 15 -inch RCP entering manhole shaft at STA 52+75 16 — 8 -inch steel pipe entering manhole shaft at STA 54+13 17 — 15 -inch RCP entering manhole shaft at south wall at STA 65+63 18 — 96 -inch by 72 -inch concrete box inlet at south wall at STA 77+76. 19 — 36 -inch by 24 -inch concrete box inlet at south wall at STA 78+78. 23 23 24 24 25 25 26 26 27 Photograph 25 — 20 -inch RCP Photograph 26 — 30 -inch RCP Photograph 27 — 24 -inch RCP Photograph 28 — 16 -inch RCP Photograph 29 — 48 -inch RCP Photograph 30 — 24 -inch RCP Photograph 31— 18 -inch RCP Photograph 32 — 18 -inch RCP Photograph 33 — 18 -inch RCP Photograph 34 — 54 -inch RCP 27 28 28 29 29 30 30 31 31 32 32 33 33 at south wall at STA 62+41. at north wall at STA 63+54 at north wall at STA 63+54 at north wall at STA 65+04 at south wall at STA 65+67 at north wall at STA 67+16 at north wall at STA 69+72 at north wall at STA 72+28 at north wall at STA 74+75 at south wall at STA 77+25 Page 16 of 33 Photograph 1— Box culverts located beneath Gollihar Road. Picture looking west. Photograph 2 — Location where box culverts curve north parallel to Carmel Parkway starting at STA 77+16. Page 17 of 33 Photograph 3 - Typical efflorescence forming at minor cracks on bottom of top slab. 31 235PH Photograph 4 — Typical rebar corrosion seeping through minor cracks on the bottom of the top slab. Page 18 of 33 Photograph 5 — Typical exposed rebar and concrete spalling at pipe inlets. Photograph 6 — Typical efflorescence forming at minor cracks on side walls. Page 19 of 33 Photograph 7 — Minor rebar corrosion seeping through cracks on side wall. Photograph 8 — Moderate spalling and exposed rebar at pipe inlets and side walls. Page 20 of 33 Photograph 9 — Typical mineral deposit formations on side walls. Photograph 10 — Typical mineral deposit formations on side walls. Page 21 of 33 Photograph 11— Typical mineral deposit formations on side walls. Photograph 12 — Typical mineral deposit formations at bottom slab with minor trash and debris. Page 22 of 33 Photograph 13 — 54 -inch RCP located on south wall at STA 52+72. Photograph 14 — 18 -inch steel pipe penetrating north and south walls at STA 65+63. Page 23 of 33 Photograph 15 — 18 -inch RCP and 15 -inch RCP entering manhole shaft at STA 52+75. Photograph 16 — 8 -inch steel pipe entering manhole shaft at STA 54+13. Page 24 of 33 Photograph 17 — 15 -inch RCP entering manhole shaft at south wall at STA 65+63. 3:3PM d Photograph 18 — 96 -inch by 72 -inch concrete box inlet at south wall at STA 77+76. Page 25 of 33 Photograph 19 — 36 -inch by 24 -inch concrete box inlet at south wall at STA 78+78. Photograph 20 — 8 -inch steel pipe at south wall at STA 55+69. Page 26 of 33 Photograph 21— 30 -inch RCP at north wall at STA 57+69. Photograph 22 — 16 -inch RCP at south wall at STA 57+69. Page 27 of 33 Photograph 23 — RCP marked "1" is a 30 -inch RCP at north wall at STA 58+09 and RCP marked "2" is a 24 -inch at north wall at STA 58+13. Photograph 24 — 8 -inch steel pipe at south wall at STA 59+08. Page 28 of 33 Photograph 25 — 20 -inch RCP at south wall at STA 62+41. Photograph 26 — 30 -inch RCP at north wall at STA 63+54. Page 29 of 33 Photograph 27 — 24 -inch RCP at north wall at STA 63+54. Photograph 28 — 16 -inch RCP at north wall at STA 65+04. Page 30 of 33 Photograph 29 — 48 -inch RCP at south wall at STA 65+67. Photograph 30 — 24 -inch RCP at north wall at STA 67+16. Page 31 of 33 Photograph 31— 18 -inch RCP at north wall at STA 69+72. Photograph 32 — 18 -inch RCP at north wall at STA 72+28. Page 32 of 33 Photograph 33 — 18 -inch RCP at north wall at STA 74+75. Photograph 34 — 54 -inch RCP at south wall at STA 77+25. Page 33 of 33 KLE/NFELOER Bright People. Right Solutions. Revised September 22, 2014 Project No. 20143788.001A Mr. Wilfredo Rivera, Jr., P.E. Naismith Engineering, Inc. 4501 Gollihar Road Corpus Christi, Texas 78411 Subject: Geotechnical Study Gollihar Road between Staples Street and Weber Road Corpus Christi, Texas City of Corpus Christi Project Number E13087 Dear Mr. Rivera: Kleinfelder is pleased to present the results of our geotechnical study for the above - referenced project for Naismith Engineering, Inc. in Corpus Christi, Texas. This report contains a description of the project information provided to us and our recommendations addressing various aspects of design and construction. Kleinfelder provides construction phase QC/QA services including materials testing and materials engineering support. We recommend you include this important aspect as part of the construction phase. You may contact our Corpus Christi office for further information and to assist you in determining a suitable scope of services. Thank you again. Your business is always appreciated. Sincerely, KLEINFELDER CENTRAL, INC. Texas Registered Engineering Firm F-5592 Bryan E. Rose, P.E. Project Manager 20143788.001 A/AUS 14R0361 Copyright 2014 Kleinfelder All Rights Reserved Revised September 22, 2014 KLEINFELDER 5002 Ambassador Row, Corpus Christi, TX 78418 p 1 361854.4774 f 1 361.854.4924 GEOTECHNICAL STUDY Gollihar Road between Staples Street and Weber Road Corpus Christi, Texas Prepared for: Naismith Engineering, Inc. Corpus Christi, Texas Prepared by: Travis Kunze, E.I.T. Staff Professional • 0 BRYAt4 E.�F SI c° rte o. 93646 ,,t {' - t1�� .,CEPtS Q��g1et` Revised September 22, 2014 Copyright 2014 Kleinfelder All Rights Reserved Reviewed by: Bryan E. Rose, P.E. Project Manager Kleinfelder Project No. 20143788.001A Texas Registered Engineering Firm F-5592 Unauthorized use or copying of this document is strictly prohibited by anyone other than the client for the specific project. 20143788.001 A/AUS 14 R0361 Copyright 2014 Kleinfelder All Rights Reserved Kleinfelder p 1361.854.4774 f 1361.854.4924 Geotechnical Study Gollihar Road between Staples Street to Weber Road Naismith Engineering, Inc. KKLEINFELDER Aright r.rok.«wl»x TABLE OF CONTENTS 1.0 INTRODUCTION 1.1 GENERAL 1.2 PROJECT DESCRIPTION 1.3 PURPOSE AND SCOPE 1.4 SUBSURFACE EXPLORATION 1.5 FIELD TESTS 1.6 LABORATORY INVESTIGATION 2.0 GENERAL SITE CONDITIONS 2.1 REGIONAL GEOLOGY 2.2 EXISTING PAVEMENT MATERIALS 2.3 SUBSURFACE STRATIGRAPHY 2.4 SUBGRADE MATERIAL CHARACTERISTICS 2.5 SUBSURFACE WATER 3.0 ANALYSIS AND RECOMMENDATIONS 3.1 PAVEMENT DESIGN 3.2 POTENTIAL SOIL MOVEMENTS 3.3 SUBGRADE PREPARATION 9 3.4 TRAFFIC CONDITIONS 10 3.5 PAVEMENT SECTIONS 10 3.6 PAVEMENTS ON EXPANSIVE SOILS AND DRAINAGE CONSIDERATIONS 14 4.0 GEOTECHNICAL AND MATERIALS TESTING SERVICES DURING CONSTRUCTION 16 5.0 LIMITATIONS OF THIS GEOTECHNICAL ENGINEERING STUDY 17 6.0 REFERENCES 21 2 2 2 2 3 4 4 6 6 6 6 7 8 9 9 9 APPENDIX Site Location Map Plate 1 Plan of Borings Plate 2 Graphics Key Plate 3 Soil Description Key Plate 4 Logs of Borings Plates 5 to 14 Laboratory Test Result Summary Plate 15, 16 20143788.001 A/AU S14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 1 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. LE/NFELOWR 1.0 INTRODUCTION 1.1 GENERAL This report presents the results of our geotechnical study. The report includes our recommendations relating to the geotechnical aspects of the proposed pavement reconstruction. The conclusions and recommendations stated in this report are based on our field exploration and laboratory test programs. Our findings, conclusions, and recommendations should not be extrapolated to other areas or used for other projects without our prior review. Furthermore, they should not be used if the site has been altered, or if a prolonged period has elapsed since the date of the report, without Kleinfelder's prior review to determine if these recommendations remain valid. 1.2 PROJECT DESCRIPTION The existing asphalt roadway section includes Gollihar Road from Staples Street to Weber Road, and is about 5,000 feet in length. Along this segment, Gollihar Road is 4 lanes with a continuous left turning lane. Visual observations made during use of the street indicate that the street is in poor condition with cracking, potholes, and patches. The project will involve reconstruction of this segment of Gollihar Road with either a flexible (asphalt) or rigid (concrete) pavement section(s) as well as replacement of underground utilities as needed. 1.3 PURPOSE AND SCOPE The purpose of our study was to provide geotechnical design parameters for the proposed pavement reconstruction. To achieve this, we evaluated subsurface conditions with a field exploration and laboratory testing program. Based on our interpretation of this data and our experience with similar geologic conditions in the area, we have developed recommendations for geotechnical aspects of project design and construction. Our study has been conducted with the following scope: • Explore the subsurface conditions present at selected truck -accessible site locations by drilling and sampling; 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 2 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. ( KLEINF.ELDER \` ryniree,f udISak.t . • Perform laboratory tests to classify soil and evaluate its strength and volume change characteristics; and • Preparation of this report, which includes a description of the project and our geotechnical design recommendations and construction considerations for proposed pavement reconstruction. 1.4 SUBSURFACE EXPLORATION Subsurface materials at the site were explored by drilling four (4) borings completed to a depth of 5 feet below existing grade, four (4) borings completed to a depth of 15 feet below existing grade, and two (2) borings completed to depth of 30 feet below existing grade within the roadway alignment. The borings were laid out and staked in the field by Kleinfelder personnel. The approximate boring locations are shown on Plate 2 in the Appendix. The borehole locations should be considered accurate only to the degree implied by the method of measurement. All the boreholes should be considered to be in the vicinity of the intended position. If precise location and elevation data are desired, a registered professional land surveyor should be retained to locate the borings and determine their ground surface elevations. Cohesive soils were obtained by continuous sampling using hydraulically -advanced 3 - inch diameter steel push -tube samplers until refusal. Samples of the subsurface materials were extruded from the samplers in the field, classified visually, and labeled as to location and depth. The intact push -tube samples were wrapped in plastic sheeting to minimize moisture changes. Semi -cohesive and granular soils were obtained by intermittent sampling with a 2 -inch diameter split spoon sampler in conjunction with Standard Penetration Tests (SPT). Samples of the subsurface materials were removed from the samplers in the field, classified visually, and labeled as to location and depth. Disturbed samples were placed in plastic bags. All samples were arranged in core boxes and transported to the laboratory for further analysis. During the field operations, the borings were observed for subsurface water 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 3 Geotechnical Study GoH!har Road between Staples Street and Weber Road Naismith Engineering, inc. (KKL NFELDER sAyrt Rtykw N¢hffdN.. while advancing the holes. The observations are noted on the boring logs and are discussed in subsequent sections of this report. 1.5 FIELD TESTS During the logging process, samples of cohesive soils obtained by push -tube samplers were subjected to pocket penetrometer tests to evaluate the relative consistency of the soils. The pocket penetrometer readings, which are reported in tons per square foot (tsf), are shown on the Log of Boring sheets. Standard Penetration Tests (SPTs) were performed at various depths to obtain representative samples and penetration resistance measurements in general accordance with ASTM D 1586. Soil samples were obtained at various intervals with a 1% -inch inside diameter, 2 -inch outside diameter, split spoon sampler. The split spoon sampler was first seated 6 inches to penetrate any loose cuttings, and then was driven an additional 12 inches with blows of a 140 -pound hammer falling 30 inches. The number of hammer blows required to drive the sampler each 6 -inch increment was recorded. The penetration resistance "N -value" is defined as the number of hammer blows required to drive the sampler the final 12 inches and is indicated on the test boring log. When properly evaluated, the N -value can be used as a qualitative indication of the in- place relative density of granular soils. The N -value is qualitative or semi -quantitative because many factors can significantly affect the measurement and prevent a direct correlation between in-situ density, operators, drill rigs, drilling procedures, soil and groundwater conditions, and hammer -rod assemblies. 1.6 LABORATORY INVESTIGATION Samples of subsurface materials from the borings were visually examined and classified in the laboratory. Liquid and plastic limit tests and No. 200 -mesh sieve tests were performed on selected samples to establish index properties and grain size characteristics, and to classify the soils according to the Unified Soil Classification System. Strength properties of the intact push -tube samples were evaluated through 20143788.001 A/AUS 14 R 0361 Copyright 2014 Kleinfelder All Rights Reserved Page 4 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. t KL EINFEL.DER Mgt, hople.fthaohrilent. the use of the unconfined compression tests on selected samples. The results of these tests are summarized in Plate 9 in the Appendix and are also shown on the Boring Log sheets. 20143788.009 AIAUS 14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 5 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. KL INFELOER \` Iriyht Rnpk.Iy�tSpluunc 2.0 GENERAL SITE CONDITIONS 2.1 REGIONAL GEOLOGY Based on the maps published by the Texas Bureau of Economic Geology, the site is characterized as the Beaumont Formation (Qb). This formation consists of mainly stream channel, point bar, natural levee, and backswamp, and to a lesser extent coastal marsh and mud -flat deposits composed of mostly clay, silt, and sand. Concretions of calcium carbonate, iron oxide and iron -manganese oxides are found in the zone of weathering. Thickness of the formation has been mapped at about 100 feet. 2.2 EXISTING PAVEMENT MATERIALS As indicated in Borings B-1 to B-10, the existing pavement sections at the boring locations included asphalt over crushed limestone base. Table 1 below shows the measured thickness at each boring location. Table 1 — Pavement Thickness Summary _ ring - B-2 B-3 B-4 B-5 B- 6 B- i B -8 B-9 - B 10 H(UTAC.Thickness:_ n;' ;=; 6.0 4.0 5.0 2.5 5.0 5.0 4.5 3.0 4.0 5.0 CLB Th ckness, In 7.0 10.0 12.0 7.5 10.5 7.0 7.5 3.0 7.0 7.0 Notes: 1. HMAC = Hot -Mix Asphaltic Concrete 2. CLB = Crushed Limestone Base 2.3 SUBSURFACE STRATIGRAPHY Subsurface conditions were evaluated by drilling four (4) borings to a depth of approximately 5 feet below existing grade, four borings to a depth of approximately 15 feet below existing grade, and two (2) borings to a depth of approximately 30 feet below existing grade. The generalized stratigraphy encountered within these borings included: 20143788.001 AIAUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 6 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. KLE/NFELDER agm People. WASorueas [ra'l escriK lel 1-12 SANDY LEAN CLAY (CL): gray to tan, moist, stiff to hard; CLAYEY SAND (SC): gray to tan, moist, dense 1b2 0.5-15 FAT CLAY with Sand (CH): gray to tan, moist, stiff to very stiff 11a3 11 —21 Poorly -graded SAND with Silt (SP -SM): tan, wet, medium dense; SILTY SAND (SM): tan, wet, medium dense 8--23 LEAN CLAY with Sand (CL): gray to tan, moist to wet, stiff to hard 21 —30 FAT CLAY (CH): reddish brown, tan, and gray, moist, very stiff to hard Notes: 1. Observed in Borings B-1 to B-6, and B-9 2. Observed in Borings B-7, B-8, and B-10 3. Observed in Borings B-1, B-4, and B-6 4. Observed in Boring B-9 5. Observed in Borings B-3 and B-9 The above descriptions are general because boundaries between strata are seldom clear and abrupt in the field. In addition, the lines separating major strata types on the Log of Boring sheets do not necessarily represent distinct lines of demarcation for the various strata. Detailed boring logs, presenting the stratum descriptions, types of sampling used, laboratory test data, and additional field data, are presented in the Appendix. The Symbol Key Sheet, which defines the terms and descriptive symbols used on each boring log, is also presented in the Appendix. 2.4 SUBGRADE MATERIAL CHARACTERISTICS The subgrade materials within the upper 10 -ft depth generally consist of moderate to high plasticity lean clay (CL) and fat clay (CH). These soils exhibited high plasticity, as evidenced by measured liquid limits of 26 to 65, corresponding plasticity indices of 17 to 51, and fines contents (percent passing the No. 200 sieve) of 33 to 82. The dry density ranges from 96 to 130 pounds per cubic foot (pcf) with moisture contents of 12 to 39 percent. Unconfined compression tests yielded compressive strengths of 1,600 to 7,830 pounds per square foot (psf). Applications of phenolphthalein to the recovered subgrade soil samples indicated the presence of lime treatment. Based on the laboratory tests and past experience with similar soils, the support strength of the 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 7 Geotechnical Study Go!lihar Road between Stales Street and Weber Road KLEINFELDER Naismith Engineering, Inc. subgrade materials at the site can be estimated to have a California Bearing Ratio (CBR) of 4, which corresponds to a resilient modulus of about 5,014 pounds per square inch (psi). 2.5 SUBSURFACE WATER Within borings B-1, B-3, B-4, B-6, B-9, and B-10, groundwater was initially encountered at a depth of about 13 feet, and was observed at a depth of about 12 feet upon completion of drilling. Groundwater was not encountered in borings B-2, B-5, B-7, and B-8 during our field exploration. The short-term field observations conducted for this study generally does not permit an accurate evaluation of the subsurface water levels at this location and should not be interpreted as a groundwater study. It is not unusual to encounter groundwater within the more pervious strata during and after periods of rainfall. It should be noted that the observations made during this study may not represent conditions at the time of construction and the presence of groundwater may affect certain construction activities and long-term performance of the pavements. The quantity of transient water is variable and is highly dependent on climatic conditions before and during construction. The contractor should check the subsurface water conditions just prior to foundation excavation activities. 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 8 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. KLEINFELDER a%sN�r myre. rth�+rrdwd+c 3.0 ANALYSIS AND RECOMMENDATIONS 3.1 PAVEMENT DESIGN Based on our pavement analysis and evaluation, it appears that the existing street does not have sufficient pavement thickness for the present or future anticipated traffic. As requested, we have considered pavement reconstruction options that include hot -mix asphaltic concrete (HMAC), jointed reinforced concrete pavement (JRCP), and jointed plain concrete pavement (JPCP). We have also considered reclamation and cement treatment of existing pavement materials and addition of new asphaltic concrete wearing surface. 3.2 POTENTIAL SOIL MOVEMENTS The surficial soils at the project site exhibit a high potential to experience volume changes as the result of moisture variation. The potential magnitude of shrink/swell movement has been estimated using the Potential Vertical Rise (PVR) approach as originally developed by Chester McDowel12. His method is based on empirical correlation using Atterberg Limits test data, and as such should only be considered as providing an estimate of potential movement and not precise prediction. Based on the soil stratigraphy observed and completed laboratory testing, we have estimated a PVR approaching 3 inches. 3.3 SUBGRADE PREPARATION Subgrade preparation recommendations for the pavement reconstruction are outlined in the following paragraphs: • The existing asphalt, and crushed limestone base materials should be demolished and removed from the roadway alignment. The existing base materials may be reused provided that it can be demonstrated that they meet the material criteria presented herein. • Once demolition, removal; and stockpiling of existing materials is complete, the exposed subgrade shall be excavated to finished subgrade elevation, then proof 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder Alt Rights Reserved Page 9 Geotechnical Study Golihar Road between Staples Street and Weber Road Naismith Engineering, Inc. n KL.E7NFELDER aright Prop r. 114 It So/Worn rolled with appropriate construction equipment weighing at least 25 tons. Proof rolling operations should be observed and documented by our geotechnical engineer or qualified field technician under the direction of the engineer. Soft, organic, or excessively wet soils encountered should be excavated and replaced with compacted structural fill or on-site soils. • Following proof rolling operations, the exposed subgrade shall be moisture conditioned or lime treated as specified herein, dependent upon the selected pavement section. 3.4 TRAFFIC CONDITIONS Naismith Engineering, Inc. provided City of Corpus Christi traffic counts which indicated a cumulative average daily value of 10,954 vpd. Using this traffic count, and a growth rate of 0.6 percent and truck percentage of 4.0 percent per the CCMPO Travel Demand Model, we have estimated a 30 -year ESAL value of about 2.2 Million. As the City of Corpus Christi Infrastructure Design Manual (March 2013) calls for a 30 -year ESAL value of 5.0 Million for collector streets, we have consulted with Naismith and the City of Corpus Christi, and we understand that the City desires to use the 2.2 Million ESAL value for design purposes. The traffic conditions should be verified by the design civil engineer. If the anticipated traffic conditions differ from those presented above, Kleinfelder should be contacted for further evaluation and possible revisions to our recommendations. 3,5 PAVEMENT SECTIONS As requested, both flexible (HMAC) and rigid (CRCP, JPCP) pavement thicknesses have been developed for a pavement design life of 30 years. The pavement analyses were performed using the AASHTO Guide for Design of Pavement Structures 19933. 20143788.001 HAUS 14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 10 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. f KLE/NFELDER 3.5.1 Flexible Pavement Sections Table 2 — General Design Parameters game ............... 18 -Kip ESALs, W98 2,207,235 Reliability, R 95% Overall Standard Deviation, So 0.45 Soil Resilient Modulus 5,014 psi Initial Serviceability, pc, 4.5 Terminal Serviceability, pt 2.5 Design Life, years 30 Table 3 — Layer Coefficients Paraeter`: Hot -Mix Asphaltic Concrete — Type D 0.44 Hot -Mix Asphaltic Concrete — Type B 0.44 Crushed Limestone Base 0.14 Lime Treated Subgrade 0.05 Table 4 — Flexible Pavement Sections Hot -Mix Asphaltic Concrete — Type D 2.0 2.0 Hot -Mix Asphaltic Concrete — Type B 3.0 3.0 Crushed Limestone Base 15.0 15.0 Lime Stabilized Subgrade 6.0 Calculated Structural Number (SN) 4.61 4.61 Note (1): This pavement section should have a single Iayer of Tensar TX5 geogrid installed at the bottom of the crushed limestone base Iayer. 20143788,001 A/AUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 11 Geotechnical Study Gollihar (Road between Staples Street and Weber Road Naismith Engineering, Inc. (KLE/NPELDER r,ynrtmvr.. rya.mc... Kleinfelder considered the use of a full depth reclamation option, which involves cement treatment of existing pavement materials and addition of a new asphaltic concrete wearing surface. However, this approach is constrained by the smallest existing pavement thickness, which was observed at Boring B-8, and included 3 inches of asphalt over 3 inches of base. As the required Structural Number of 5.48 cannot be achieved at Boring B-3, even with full depth asphalt replacement, full depth reclamation was removed from consideration as it would be impractical to use two separate pavement sections along a relatively short stretch of roadway. 3.5.2 Rigid Pavement Section Table 5 -- General Design Parameters 18 -Kip ESAL, W18 2,207,235 Reliability, R 95% Overall Standard Deviation, So 0.39 Effective Modulus of Subgrade Reaction 300 psi/in Load Transfer Coefficient: 2.9 Concrete Compressive Strength at 28 days 4,000 psi Initial Serviceability, po 4.50 Terminal Serviceability, pi 2.50 20143788.001 A/AUS 14 R 0 361 Copyright 2014 Kleinfelder All Rights Reserved Page 12 Geotechnical Study Go!!!har Road between Staples Street and Weber Road Naismith Engineering, Inc. t K ... INFELDER liybt/eoph.Al/btSONlias Table 6 —Rigid Pavement Section Jointed Reinforced Concrete Pavement (JRCP) Jointed Plain Concrete Pavement (JPCP) 8.0 Hot -Mix Asphaltic Concrete (Bond Breaker) 1.0 Crushed Limestone Base 6.0 Moisture Conditioned Subgrade 6.0 8.0 1.0 6.0 6.0 Reinforcing steel consisting of deformed steel re -bars (not wire mesh) should be used for continuously reinforced concrete pavement (CRCP) at this site. Thickness selection is based on concrete flexural strength, soil modulus, and traffic volume. Selection of steel is dependent on joint spacing, slab thickness, and other factors as discussed in Portland Cement Association (PCA) publications. 3.5.3 Pavement Section Specifications The pavement should be specified, constructed, and tested to meet the following requirements: • Portland Cement Concrete — Portland Cement Concrete should be specified to attain a minimum 28 -day compressive strength of 4,000 psi. • Hot Mix Asphaltic Concrete — Type D and Type B, HMAC materials and mix design should meet TxDOT (2004), Item 340 specifications. In place density should meet TxDOT Item 340.4 requirements. • Prime Coat — TxDOT (2004), Item 310 requirements. 20143788.001 AIAUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 13 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. ( KLEINFELZWR \` !.I}M1thnple.Athlioktiau • Crushed Limestone Base Material — TxDOT (2004), Item 247, Type A, Grade 1. The material should be compacted in maximum six-inch lifts to a minimum of 100 percent of TEX-113-E, at ±3% of optimum moisture content. • Tensar TX5 --- Once subgrade preparation is completed, a single layer of geogrid should be installed at the bottom and mid height of the of the compacted crushed limestone base layer in accordance with the manufacturer's recommendations. • Lime Treated Subgrade — The lime should be thoroughly mixed and blended with the upper 6 inches, after achieving pavement subgrade elevation. Based on our experience with similar soils, the anticipated quantity of lime needed to treat the on-site clays is estimated to be 5 to 8 percent by dry weight. The actual lime quantity needed should be verified prior to construction, with laboratory testing upon exposed subgrade soils. Lime treatment should be in accordance with requirements provided in TxDOT Item 260. After proper mixing and curing (48 to 72 hours), the stabilized soils should be pulverized, moisture conditioned to the optimum moisture, and compacted to a minimum of 95 percent of the maximum dry density determined by ASTM D 698 for the mixture. The moisture content should be maintained to within ±2% of the optimum moisture content until covered. • Moisture Conditioned Subgrade — Scarify existing materials to a depth of 6 inches and recompact to densities equivalent to at least 95 percent of the ASTM - D -698 maximum dry density at a moisture content between optimum to +3 percentage points of optimum. 3.6 PAVEMENTS ON EXPANSIVE SOILS AND DRAINAGE CONSIDERATIONS Pavement design methods are intended to provide an adequate thickness of structural materials over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade are usually estimated by Texas Triaxial values. However, this design method does not account for shrink and swell movements of expansive clay subgrade materials. Therefore, pavements may be structurally adequate, yet experience cracking and deformation due 20143788.001 A/AUS 14 R0361 Copyright 2014 Kleinfelder Al] Rights Reserved Rage 14 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. KLEINEELDER to shrink -swell movements. These movements are the result of moisture changes in the expansive subgrade materials. Pavement construction on expansive soils will require periodic maintenance throughout the pavement life. Maintenance should be performed on cracks in the pavement surface to prevent water passing through to the underlying base and/or subgrade materials. To reduce the effect of pavement cracking along edges, the base material and, if applicable, lime treated subgrade layers should be extended at least 2 feet beyond the curb or edge of pavement. If reconstruction does not include this extent of work, shrink -swell movements and resulting cracking will occur, requiring periodic maintenance. Drainage is critical for the Tong -term performance of the pavement. Positive drainage should be provided away from the pavement and water should not be allowed to pond adjacent to the pavement either during or after construction. Vegetation, which produces extensive root systems, should be kept away from the edge of pavements a distance of at least the mature height of the plant. 20143788.004 AIAU S14R0361 Copyright 2014 Kleinfelder Ali Rights Reserved Page 15 Geotechnical Study Gollihar Road between Staples Street and Weber Road KLEINFELDER tom« Naismith Engineering, Inc. 4.0 GEOTECHNICAL AND MATERIALS TESTING SERVICES DURING CONSTRUCTION During construction, Kleinfelder should be retained to provide consultation regarding geotechnical aspects of the work and to provide field observation and testing services. We should be on site during the following phases of work: • Site preparation and grading; • Pavement subgrade preparation and compaction; • Structural concrete placement; and • Pavement component placement and compaction. These services would allow Kleinfelder to review site conditions as encountered during construction for consistency with those assumed for the geotechnical design; to observe the geotechnical aspects of construction for conformance with, the intent of our recommendations; to provide quality control testing; and to make timely suggestions as necessary. 20143788, 001 A/AUS 14 R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 16 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, inc. KE NFELDER er,mrme=.�sot.m= 5.0 LIMITATIONS OF THIS GEOTECHNICAL ENGINEERING STUDY This work was performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions and recommendations are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion,or instrument of service provided. This report may be used only by the Client and the registered design professional in responsible charge and only for the purposes stated for this specific engagement within a reasonable time from its issuance, but in no event later than two (2) years from the date of the report. The work performed was based on project information provided by Naismith Engineering, Inc. If the Client does not retain Kleinfelder to review any plans and specifications, including any revisions or modifications to the plans and specifications, Kleinfelder assumes no responsibility for the suitability of our recommendations. In addition, if there are any changes in the field to the plans and specifications, the client must obtain written approval from Kleinfelder's engineer that such changes do not affect our recommendations. Failure to do so will vitiate Kleinfelder's recommendations. The scope of services was limited to conducting four (4) pavement borings to a depth of 5 feet, four (4) pavement borings to a depth of 15 feet, and two (2) pavement borings to a depth of 30 feet,along with associated laboratory testing. It should be recognized that definition and evaluation of subsurface conditions are difficult. Judgments leading to conclusions and recommendations are generally made with incomplete knowledge of the subsurface conditions present due to the limitations of data from field studies. The conclusions of this assessment are based on the information obtained from the borings, the laboratory test results, and the engineering analysis. 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder AH Rights Reserved Page 17 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. KLinNPPLDER Kleinfelder offers various levels of investigative and engineering services to suit the varying needs of different clients. Although risk can never be eliminated, more detailed and extensive studies yield more information, which may help understand and manage the level of risk. Since detailed study and analysis involves greater expense, our clients participate in determining levels of service, which provide information for their purposes at acceptable levels of risk. The client and key members of the design team should discuss the issues covered in this report with Kleinfelder, so that the issues are understood and applied in a manner consistent with the owner's budget, tolerance of risk and expectations for future performance and maintenance. Recommendations contained in this report are based on our field observations and subsurface explorations, limited laboratory tests, and our present knowledge of the proposed construction. It is possible that soil, rock or groundwater conditions could vary between or beyond the points explored. If soil or groundwater conditions are encountered during construction that differ from those described herein, the client is responsible for ensuring that Kleinfelder is notified immediately so that we may reevaluate the recommendations of this report. If the scope of the proposed construction, including the estimated building loads, and the design depths or locations of the foundations, changes from that described in this report, the conclusions and recommendations contained in this report are not considered valid unless the changes are reviewed, and the conclusions of this report are modified or approved in writing, by Kleinfelder. As the geotechnical engineering firm that performed the geotechnical evaluation for this project, Kleinfelder should be retained to confirm that the recommendations of this report are properly incorporated in the design of this project, and properly implemented during construction. This may avoid misinterpretation of the information by other parties and will allow us to review and modify our recommendations if variations in the soil conditions are encountered. As a minimum Kleinfelder should be retained to provide the following continuing services for the project: • Review the project plans and specifications, including any revisions or modifications; 20143788.001 A/AUS 14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 18 Geotechnical Study Gotiihar Road between Staples Street and Weber Road Naismith Engineering, inc. KLEIN• FELDER n,ynraop<<,uphirowmnr. • Observe and evaluate the site earthwork operations to confirm subgrade soils are suitable for construction of pavements; • Observe pavement subgrade soils to confirm conditions are as anticipated; and • Confirm that pavement subgrade, base material, and wearing surface are placed and compacted as indicated by the project specifications. The scope of services for this subsurface exploration and geotechnical report did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or groundwater at this site. Kleinfelder cannot be responsible for interpretation by others of this report or the conditions encountered in the field. Kleinfelder must be retained so that all geotechnical aspects of construction will be monitored on a full-time basis by a representative from Kleinfelder, including site preparation, preparation of foundations, installation of piles, and placement of engineered fill and trench backfill. These services provide Kleinfelder the opportunity to observe the actual soil and groundwater conditions encountered during construction and to evaluate the applicability of the recommendations presented in this report to the site conditions. If Kleinfelder is not retained to provide these services, we will cease to be the engineer of record for this project and will assume no responsibility for any potential claim during or after construction on this project. If changed site conditions affect the recommendations presented herein, Kleinfelder must also be retained to perform a supplemental evaluation and to issue a revision to our original report. The scope of this study does not include specific activities and studies designed to reveal whether a solid waste landfill exists upon the subject land tract other than what may be determined through incidental encounter inthe soil borings. Such investigations designed for this specific purpose are described and required by TCEQ rules (30 TAC 330.951-330.964) effective March 2006. The scope of this study does not include environmental evaluations of surface and subsurface conditions, and the lack of that 20143788.001 AIA U S 14 R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 19 Geotechnical Study GoIllhar Road between Staples Street and Weber Road Naismith Engineering, Inc. KKLE/NPELDER mo,rhotdugn,s.mk... information in this report does not indicate an absence of potential environmental problems. This report, and any future addenda or reports regarding this site, may be made available to bidders to supply them with only the data contained in the report regarding subsurface conditions and laboratory test results at the point and time noted. Bidders may not rely on interpretations, opinion, recommendations, or conclusions contained in the report. Because of the limited nature of any subsurface study, the contractor may encounter conditions during construction which differ from those presented in this report. In such event, the contractor should promptly notify the owner so that Kleinfelder's geotechnical engineer can be contacted to confirm those conditions. We recommend the contractor describe the nature and extent of the differing conditions in writing and that the construction contract include provisions for dealing with differing conditions. Contingency funds should be reserved for potential problems during earthwork and foundation construction. Furthermore, the contractor should be prepared to handle contamination conditions encountered at this site, which may affect the excavation, removal, or disposal of soil; dewatering of excavations; and health and safety of workers. 20143 78 8.0 01 A/AUS 14 R 0361 Copyright 2014 Kleinfelder Ail Rights Reserved Page 20 Geotechnical Study Gollihar Road between Staples Street and Weber Road Naismith Engineering, Inc. ( KLEINFELDER ,gn rtcPre.R,nMa 6.0 REFERENCES Geologic Atlas of Texas, Corpus Christi Sheet, Bureau of Economic Geology, The University of Texas at Austin, Austin, Texas, 1975. 2 McDowell, Chester, "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils," Quarterly of the Colorado School of Mines, Volume 54, No.4, October, 1959, pages 127-153. "AASHTO Guide For Design of Pavement Structures", American Association of State Highway and Transportation Officials, 1993. 20143788.001 A/AUS14R0361 Copyright 2014 Kleinfelder All Rights Reserved Page 21 KLE/NFELDER Bright People, Right Solutions; APPENDIX f}�1 s r .fr.. • lfusln ; 1):.i:!5lirlc !.til i•,lirirnirrl 1 k ' ti `Nt C1 ; '`- r 1 . ot ii' i'hl sli t l' i". It11 !'lei'ti4Iional,Aiijmel a `.-i i i Pi '\ --. { t_. neves linlj rry • ,~' l �i l:nit-rtiip 7x>Ur1a», I,UNnI1 lJit 8 c11.1.1„6,77L:7-71 i1flliix»anu1Yi '2,ttti' Jiff n7 li � tY IJu"rlr :IA I{ 7 l Y }1 ;4211s1(1iiii•, A iv, oil Source USGSVewer ThoNational Ilap2012 •'-. 4,4 nnee�4'2,.aaa...+a @,i�..aaoae Ei»ei'lilrl •' we .`'IRJEI S: -CO ' I 4a':: �I\ 'Ai.l 'i7aImnis field E eiil . pth:itit; Pic4d''•'4' tl. • KLE/NFELDER Bright People. Right Solutions. wwwddeinfetder.com PROJECT NO. 20143780 DRAWN: 05/15/2014 DRAWN BY: GW SITE LOCATION MAP CHECKED BY: BER FILE NAME:G/Geolechr2o14Pnleusi 20143788Corpus CIv1s11 Golihar Rd /Plate 1 Golihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 1 Saurcc : LS[U ArcMrp World Yew 2011 NOTE: Boring locations shown are approximate. Borings coordinates located on Log of Boring. KLE/NFELOER Bright People. Right Solutions. wwwJcleinfelder.com PROJECT NO. 20143788 DRAWN: 05/15/2014 DRAWN BY: GW PLAN OF BORINGS CHECKED BY: BER. FILE NAME: GJGeotech12014ProjecJJ 20143788 Corpus Christ Goithrr Rd f Plain 2 Golihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 2 PLOTTED: 0511512014 40:42 AM SAMPLE/SAMPLER TYPE GRAPHICS AUGERCUTI1NGS SHELBYTUBESAMPLER STANDARD PENEIRA710N SPLITSPOON SAMPLER (2 in. (50.8 mm.) outer diameter and 1.3/0 M. (34.9 mm.) Inner diameter) GROUND WATER GRAPHICS 5L WATER LEVEL (level inhere first observed) L WATER LEVEL (level after exploration completion) ,Q, WATER LEVEL (additional levels after evloralion) OBSERVED SEEPAGE NOTES • Tho report end graphics key are en integral pad of these logs. AU data and Interpretations in this fag ere subject to the e>planalions and limitations staled In the report; • Lines separating strata on the logs represent approximate boundaries only. Actual transitions maybe gradual or differ from those shown. No warranty's provided es to the continuity of soil or rock conditions between lndiddual sample locations, Logs represent general soil or rock conditions observed at the point of exploration on the date Indicated. In general, Unified Soil Ctassiricalion System designations presented on the logs were based on Vsual classification in the field end were modified where appropriate based on gradation end index property testing. + Fine grained soils that plot within the hatched area en the Plasticity Chart, and coarse grained soils with between 5%and l2%passing the No. 200 stem require dual USCS symbols, le., GW -GM, GP -GAA, GW -GC, GP -GC, GC -GM, SW -SM, SP -SM, SW -SC, SP -SC, SCAM, + If sampler is not able to be drilen at least 6 Inches a 3 Inches diameter by2,5 inches inch long 60 degree conical point driven with e 170 *2 pound hammer dropped 24±0.6 incites. UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D 24671 COARSE GRAINED SOILS (More than half of material is larger than the #200 s GRAVELS (More than half of coarse fraction is larger than the #4 sieve) CLEAN GRAVEL WITH <5% FINES Cu_9 and i_Ccs3 4w ru w Cu<4 and/ or1>Cc>3 GRAVELS WITH 5% TO 12% FINES Cuy4 and 1Ccs3 + Cu<4 and/ or 1>Cc>3 D O GRAVELS WITH > 12% FINES 0 SANDS (More than half of coarse fraction is smaller than the 4 sieve) CLEAN SANDS WITH FINES Cu>_6 and 1<-Ccs3 Cu <6 and/ or1>Cc>3 SANDS WITH 6% TO 12% FINES Cu>6 and 1nCcn3 Cu<6 and/ .' ort>Cc>3 SANDS WITH> 12% FINES SILTS AND CLAYS (Liquid Limit less lhari 50) SILTS AND CLAYS (Liquid Limn greater than 50) GW WELL -GRADED GRAVELS, GRAVEL -SAND MIXTURES WITH LITTLE OR NO FINES GP POORLY GRADED GRAVELS, GRAVEL -SAND MIXTURES WITH LITTLE OR NO FINES GW -GM WELL -GRADED GRAVELS, GRAVEL -SAND MIXTURES WITH LITTLE FINES GW -GC WELL -GRADED GRAVELS, GRAVEL -SAND MIXTURES WITH LITTLE CLAY FINES GP -GM POORLY GRADED GRAVELS, GRAVEL -SAND MIXTURES WITH LITTLE FINES GP -GC POORLY GRADED GRAVELS, GRAVEL -SAND MIXTURES WrrH LITTLE CLAY FINES GM SILTY GRAVELS, GRAVEL -SILT -SAND MIXTURES GC CLAYEY GRAVELS, GRAVEL -SAND -CLAY MIXTURES GC GM CLAYEY GRAVELS, GRAVEL -SAND -CLAY -SILT MIXTURES SW WELL -GRADED SANDS, SAND -GRAVEL MIXTURES WITH LITTLE OR NO FINES SP POORLY GRADED SANDS, SAND -GRAVEL MIXTURES WITH UTTLE OR NO FINES SW -SM WELL -GRADED SANDS, SAND -GRAVEL MIXTURES WITH • LITTLE FINES SW -SC WELL -GRADED SANDS, SAND -GRAVEL MIXTURES WITH LITTLE CLAY FINES SP -SM POORLY GRADED SANDS, SAND -GRAVEL MIXTURES WITH LITTLE FINES SP -SC POORLY GRADED SANDS, SAND -GRAVEL MIXTURES WITH LITTLE CLAY FINES SM SILTY SANDS, SAND -GRAVEL -SILT MIXTURES SC CLAYEY SANDS, SAND -GRAVEL -CLAY MIXTURES SC•SM CLAYEY SANDS, SAND -SILT -CLAY MIXTURES ML CLAYEY FINE SANDS, SILTS WITH SLIGHT PLASTICITY INORGANIC SILTS AND VERY FINE SANDS, SILTY OR CL CL -ML OL MH CH OH INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTYCLAYS, LEAN CLAYS INORGANICCLAYSSILTS OF LOW PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS ORGANIC SILTS & ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC 811TS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILT INORGANIC CLAYS OF HIGH PLASTICITY, FAT CLAYS ORGANIC CLAYS & ORGANIC SILTS of MEDIUM -TO -HIGH PLASTICITY KLE/NFE"LDER Bright People. Right Solutions, PROJECT NO,: 20143788 DRAWN BY: GW CHECKED BY: BER DATE 4/25/2014 REVISED: GRAPHICS KEY Gatlihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 3 PLOTTED: 05/15/2014 10:42 Aft GRAIN SiZE DESCRIPTION SIEVE SIZE GRAIN SIZE APPROXIMATE SIZE Boulders >12 In. (304.8 mm.) >12 In. (304.8 nun.) Larger than basketball -sized Cobbles 3 -12 In. (76.2 - 304.8 min.) 3 -12 in. (76.2 - 304.8 rem.) l=ust -sized to basketball -sized Gravel coarse 314-3 in. (19 - 76.2 mm.) 314-3 in. (19-76.2mm.) Thumb-slzedto fist -sized fine 414 - 3)4 in. (i14-10mm.) 0.19-0.75 In. (4.8 - 19 mm.) Pea-stzed to thumb-slzed Sand coarse 1110-114 0.079-0.19 in. (2-4.9mm.) Rock salt -sized to pea -shed medium 1140-f110 0,017-0.079 in. (0.43-2mm.) Sugar -sized to rocksall-sized Erre 11200-0110 0.0029 - 0.017 in. (0.07- 0.43 mm.; Flour -sized to sugar -sized Fines Passing #200 <0.0029 in. (<0.07 mm.) Flour -sized and smaller ANGULARITY DESCRIPTION CRITERIA Angular aldosws have sharp edges and relatively plane sides with unpolished surfaces 0Subangular O 2 Rounded Subrounded Subangular Angular A 1/8 -In. (3 mm.) thread cannot bo rolled al any water content. Particles are sintilar to angular description but have rounded edges Subroundod Particles have nearly plane sides but have tell -rounded comers and edges Rounded Particles have smoothly curved sides and no edges PLASTICITY DESCRIPTION LL FIELD TEST Non -plastic p NP A 1/8 -In. (3 mm.) thread cannot bo rolled al any water content. Low (L) <30 The thread can barely be rolled and the lump or thread cannot be formed when drier than the plastic limit. Medium (M) 30 - 50 Tho thread Is easy to roll and not much tlmo Is required to reach the plastic limit. Tire thread cannot be rarefied after reaching the plastic limit. The lump or thread crumbles when drier than the plastic limit High (H) > 50 it takes considerable time rolling and kneading to reach the plastic limit. The thread can be rerotled several times after reaching the plaslle Itmit. The lump or thread can be formed without crumbling when drier than the plastic limit APPARENT / RELATIVE DENSITY - COARSE-GRAINED SOIL APPARENT DENSITY SPT -Ne„, (8 ble wslft) MODIFIED CA SAMPLER (11 blows! it) CALIFORNIA SAMPLER (11 blows/II) RELATIVE DENSITY (%) Very Loose <4 <4 <5 0-15 Loose 4-10 5-12 5-15 15-35 Medium Dense 10-30 12-35 15-40 35-65 Dense 30.50 35-60 40-70 65-85 Very Dense >50 >60 >70 85 -100 NOTE: AFTER TERZAGHI AND PECK, 1046 STRUCTURE MOISTURE CONTENT Munsell Color NAME ABBR Red R Yellow Red YR Yellow Y Green Yellow' GY Green G Blue Green BG Blue 13 Purple Blue PB Purple P Red Purple RP Black N DESCRIPTION FIELD TEST Dry Absence of moisture, dusty, dry to tha touch Moist Damp but no visible water Wet Visible free water, usually soli Is belowwatertable REACTiON WITH HYDROCHLORIC ACID DESCRIPTION FIELD TEST None No visible reaction Weak Some reaction, with bubbles forming slowly Strong Violent reaction, with bubbles forming immediately CONSISTENCY- PINE•GRAJNED•SOIL CONSISTENCY UNCONFINED COMPRESSIVE STRENGTH ktites0 CRITERIA Thumb will penetrate soil more than 1 In. (25 mm.) Very Sof < 1000 Soft 1000 - 2000 Thumb will penetrate soil about 1 in. (25 rem.) Firm J 2000 - 4000 Thumb will indent soil about 114 -in, (6 mm.) Hard 4000-8000 Thumb will not Indent soil but readily indented with thumbnail Very Hard > 8000 Thumbnail will not indent soil DESCRIPTION CRITERIA Stratified Alternating layers of varying material or color with layers at least 1/4 -in. thick, note thickness Laminated Ntemating layers of varying material or color with the layer less than 114 -in. thick, note thickness Fissured Breaks along definite planes of fracture with Dille resistance to fracturing Slickensided Fracture planes appear polished or glossy, sometimes stdated Blocky Y Cohesive soil that can be broken down into small angular lunmps which resist fudher breakdown Lensed Inclusion of smell pockets of different soils, such as small lenses of sand scattered through a mass of clay; note thickness __ Homogeneous Same color and appearance throughout CEMENTATION DESCRIPTION FIELD TEST Weakly Inge lepres r re breaks with handling or slight Crumbles or breaks with considerable finger pressure Moderate! Y Strongly Will not crumble or break with finger pressure KL.E/NFELDEER Bright People. Right Solutions, PROJECT NO.: 20143788 DRAWN BY: GW CHECKED BY; BER DATE: 4/25/2014 REVISED; SOIL DESCRIPTION KEY Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 4 Date Begin -End: 3/28/2014 Drilling Company: Envirocore BORING LOG B-01 Logged By: Jesse Drill Crew: Jose Hor. Vert. Datum: Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto - 30 in. Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair Bore Diameter: 6 in. 0,0, FIELD EXPLORATION LABORATORY RESULTS w w o 0 s Latitude: 27.77954" N Longitude: -97.39955° W Ground SudaceElevation Not AvalaNe Surface Cauditiorc Asphett 0 ci.p o. 3 y 0. Blow Counts(BC)» Unoom. Blowsts m. Pocket Pen( P?) tsf > $ m o pz 14 o ton 0 .-� a E• m roo Q .• rn C. N # m ,E : '.r 'o ro 8 ,._, o UZ �a 0 F. m c x ,,O N na1' m at N c0 Lithologic Description m� to z R co 0 a: z o ] to O ra N o. (4 n. Cr a :=r n-? ¢ cr ASPHALT: 6 inches „_0-1 PP=2.25 :.;::!•:. \BASE COURSE:7 inches f SC 18,0 49 41 33 SANDY LEAN CLAY(CL}: gray to tan, moist, - stiff to herd, with Iron oxide staining and interbedded sand layers U-2 PP 4.5+ 16.0 121.0 UM, COW Str.- q°: 6.71st Strain el Failure: 5,3 5• 1.1-3 PP -45 0-4 PP =2,5 0-5 PP=1.5 10 Poorly -graded SAND with SILT (SP -SM): tan, wet, medium dense ' S-6 • BC✓3 5 6 25.0 6.0 _ 15 - The exploration was terminated at GROUNDWATER LEVEL INFORMAT ON: - - 20- 26-' 30- approximately 15 ft. below ground surface, sz Groundwater was observed at approximately 13 ft. below ground ' Theexploration was backtirled with au surface during drilling. auger 9 x Groundwater was observed at approximately 13 ft. below ground cuttings and patched at surface on March 28, surface at the end of drilling. 2014. PROJECT NO.: 20143780 DRAWN BY: GW BORING LOG 13-01 PLATE KL E /NI�"� L D�i�i' Bright People. Right Solutions, N,�DATE: �•-�_ _�� CHECKED 8Y: BER 4125/2014 REVISED: Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas 5 PAGE: 1 of 1 Date Begin - End: 3/2812014 Drilling Company: Envirocore BORING LOG B-02 Logged By: Jesse Drill Crew: Jose Hor_-Vert. Datum: Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto - 30 in. Plunge: -90 degrees Drilling Method: Continuous Flight AUger Weather Fair Bore Diameter: 6 in. O.D. -It . 0 o FIELD EXPLORATION LABORATORY RESULTS n LS fl- L.eULude:27,72977° N Longitude: -97.38901°W Ground Surface Elevation Not Awrilable Su face Condition: lispbart y E E E. ,a E r! - K m`" a �_ BE a o't x Recovery (NR=No Recovery) o cn E U E °r G . 5 o o y o O cV c - 1 Liquid Limit 0' c 0 0 oz 0 "0 }� c x 0 E L° Cl LithologicDescription m§ to z ro o gc n m5 a Cn a fir mo U - o 00 a w a. m o-? ti a.) ‹cc 5 10 15 2r 25 sit ,1 ASPHALT:4 inches - U-1 PP -3.75 ' -,\ BASE COURSE: 10 inches ' f 15,0 116.0 Una Coinp. Sir.= CLAYEY SAND SC : gray to tan, moist, t 9 Y q°' 5.5 Of - dense, with iron oxide staining U-2 PP=4.5+ SC 19.0 90 30 19 Strain at Failure: 8.0% , ✓ U-3 PP=4,0 The exploration was terminated at GROUNDWATER LEVEL INFORMAT ON: approximately 66. below ground surface. The Groundwater was not encountered dur ng drilling or after exploratIon was backfilled with auger cuttings compielion, and patched at surface on March 28, 2014. PROJECTNO.: 20143786 DRAWN BY: GW CHECKED BY: HER DATE: 4126/2014 REVISED: BORING LOG B t}2 PLATE 6 PAGE: 1 of 1 [!/ A'C (� L ,/ l( i� �L DER Bright People, Right Solutions. �`'�,,__ �,.:•�'' Go[lihar Road Between Staples Street to Weber Road Corpus Christi, Texas Date Begin - End: 3/28/2014 Drilling Company: Envirocore BORING LOG B-03 Logged By: Jesse Drill CreW: Jose Hon -Vert. Datum: Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto - 30 in, Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair Bore Diameter: 6 In. O.D. Depth (feet) FIELD EXPLORATION LABORATORY RESULTS o To L Latitude: 27.72977° N Longitude: •97.38901° W Ground SurfaceEtevationNotAvallable Surface Condition: Asphalt Sample Number Q• T m Ti E Blow Counts{BC) Uncorr. Blows/6 in. Pocket Pen(PP)= tsf -, > R m a lg.' lZi U& o co S U Water Content (%) Dry Unit Wt. (pcf) o •U Vl o b a N co c 2 = Plasticity Index (NP=Non Plastic) N e F o ro 6- �O E g 0 Lithologic Description tq c? a m co toi .'_uP. 4 +r 5 10 _ 5 - 20 25 .� ASPHALT: 5 inches U-1 PP=3.5 :.` °ti BASE COURSE: 12 inches SANDY LEAN CLAY (CL): to tan, moist, _ gray verystiff, with interbedded sand layers U-2 PP=3.0 16M U-3 PP=2.0 ` CLAYEY SAND (SC): tan to gray, moist to wet, very loose to medium dense, with iron S-4BC=12 ` 3 SC 18.0 33 26 17 oxide staining,S_5 Belo 7 _ 8-6 BC=4 5 5 8-7 HC2 1 i ( - S-8 k13C>=47 7 — J/' FAT CLAY (CH): reddish brown, tan, and gray, moist, very stiff to hard, with iron wide staining - .410 '- ! 1 it -10 PP=4.5 ` 30 The exploration was terminated al GROUNDWATER LEVEL INFORMATION: approximately 30 ft. below ground surface. ?1 Groundwater was observed at approximately 13 ft. below ground surface during drilling. The exploration was hacklitlad with auger g Groundwater was observed at approximately 13 ft, below ground cuttings and patched at surface on March 28, surface at the end of drilling. 2014. (1(L, INS 'LL) 'R Bright People, Right Solutions, \"---...._,----- PROJECT NO.: 20143706BORING DRAWN BY: GW CHECKED BY: BER DATE: 4/2512014 REVISED: LOG B-03 PLATE 7 PAGE: 1 of 1 Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLOTTED: 05/15/2014 1D:41 AM BY: gwitt Date Begin • End: 3/28/2014 Drilling Company: Envirocore Logged By: Jesse Drill Crew: Jose Hor.-Vert. Datum: Not Available Drilling Equipment: Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair Bore Diameter: 6 In. 0.0. BORING LOG B-04 CME -45 Hammer Type - Drop: 140 Ib. Auto -30 in. 0 0 7.0 0 cv t5 FIELD EXPLORATION LABORATORY RESULTS Latitude: 27,72577'N Longitude: -97.359W W Ground Surface Elevation Not Available Surface Condition: Asphalt Lithologic Description es to 2 ca co o,.0 5 N Dry Unit Wt. (pct) Passing #200 (%) .1 ASPHALT: 2.5 inches J U-1 BASE COURSE; 7,5 inches SANDY LEAN CLAY (CL): gray to tan, moist, hard, with Iron oxide staining 10 - U - PP -4.5+ U-3 Poorly -graded SAND with SILT—PP—SW}: tan, wet, medium dense U-4 PP -4.5+ U-5 PP=4.5+ S-5 BD --6 10 14 15 The egaldration was terminated at approximately 15 ft. below ground surface. The exploration was backfilled with auger cuttings and patched at surface on March 28, 2014, 20- 25--, 30— CL 14.0 15.0 117.0 24.0 51 34 24 7.0 Una, Comp, Str.= g;4.0tsf Strain at Failure: 2.7% GROUNDWATER LEVEL INFORMATION: Groundwater was observed at approximately 13 ft. below ground surface during drilling. Groundwater was observed at approximately 12.5 ft, below ground surface at the end of drilling. KLE/NFELDER Bright People. Right Solutions. PROJECTNO.: 20143708 DRAWN BY: GW CHECKED BY: BER DATE: 4/25/2014 REVISED: BORING LOG B-04 Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 8 PAGE: 1 of 1 wm 0 Data Begin • End: 3128/2014 Drilling Company: Envirocore BORING LOG B-05 Logged By: Jesse Drill Crew: Jose Hor. Vert. Datum: Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto- 30 in. Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair Bore Diameter: 6 In. 0.0. Depth (feet) Graphical Log FIELD EXPLORATION LABORATORY RESULTS Latitude 27.72977° N Longitude:-97.38901*W Ground Surface EevationNot Available Surface Condition: Asphalt Sample Number o y Blow Counts(BC}= llncorr. Blows/6 in. Pocket Pen(PP)= lsf } n a o , z USCS Symbol Water Content (%) Dry Unit Wt. (pcf) o c F o 8 c Liquid Limit U �'� c a .› o z N °' N 1~n h -- o. .e ro v . Lithotogic Description 0n ro aoi a' . m a m a a z .,E£ ¢ rC ASPHALT: 5 inches , U-1 PP -4.5+ ':'::: RASE COURSE: 10.5 inches... 12.0 130.0 Unc. Comp. Sir.= SANDY LEAN CLAY (Cl.); to tan; moist, 7.8 tsf - gray verystitf to hard, with Iron oxide staining 0-2 PS= q,: Strain at Failure: 3.0% U-3 PP= -4.5f J 10- 15-, 20- 25- 30— ''. The exploration was terminated al GROUNDWATER LEVEL INFORMAT ON: approximately 5 it. below ground surface. The Groundwater was not encountered dur ng drilling or after exploration was backfilled with auger cuttings completion. and patched at surface on March 28, 2014. IEINPELDER Bright People. Right Solutions. ., ........:.<,2Corpus PROJECTNO.: 20143788 DRAWNBY: GW CHECKED BY: . BER DATE: 4125/2014 REVISED: BORING LOG B-05 PLATE PAGE: 1 of 1 Goilihar Road Between Staples Street to Weber Road Christi, Texas PLOTTED: 05115!2014 10:41 AM BY: gwitt Date Begin - End: 3/28/2014 Logged By: Jesse Hor.-Vert. Datum; Not Available Plunge: -90 degrees Weather: Fair Drilling Company: Envir000re Drill Crew: Jose Drilling Equipment: CME -45 Drilling Method: Continuous Flight Auger Bore Diameter: 6 in, O.D, BORING LOG 13-06 Hammer Type - Drop: 140 Ib. Auto- 30 in, FIELD EXPLORATION LABORATORY RESULTS Latitude: 27.72724" N Longitude: -97-30459' W Ground Surface Elevation Not Available Surface Condition: Asphalt Uthologic Description �E u,z rn c Dry Unit Wt. (pct") a 0 Passing #200 (%) F .73 v Q {1 5 10 15 ASPHALT: 5 inches 1 BASE COURSE: 7 inches f SANDY LEAN CLAY (CL): gray to tan, moist, very stiff to hard, with Iron oxide staining and Interbedded sand layers U-1 PP=2,75 U-2 PP=4.5 U-3 PP=3.5 U.4 PP 235 U-5 PP=3.0 SILTY SAND (SM): tan, wet, medium dense The exploration was terminated at approximately 15 ft, below ground surface, The exploration was backfilled with auger a cuttings and patched at surface on March 28, 2014. 20- 2a^ 30— 39,0 41 Unc. Camp. Str.= 4; 4.3 tsf Strain at Failure: 3.7 8.6 aG-a 24,0 19 11 11 GROUNDWATER .EVEL INFORMAT ON: m Groundwater was observed at approximately 13 ft. below ground surface during drilling, x Groundwater was observed at approximately 12.5 ft. below ground surface at the end of drilling. KLE/NFELDER Bright People. Right Solutions. PROJECT NO.: 20143788 DRAWN BY: GW CHECKED BY: BER DATE: 4/25/2014 REVISED: BORING LOG B-06 Goliiher Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 10 PAGE: 1 of 1 wm 2 • Date Begin - End; 3/28/2014 Drilling Company: Envirocore BORING LOG 8.97 Logged By: Jesse Drill Crew: Jose Hor.-Vert. Datum: Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto -30 in. Plunge: -90 degrees Drilling Method: Continuous Flight Auger • Weather: Fair Bore Diameter: 6 in. O.D. ii • .a' o. i) Graphical Log FIELD EXPLORATION LABORATORY RESULTS Latitude: 27.7261T N Longitude; -97.39094° W Ground Surface Elevation Not Available Surface Condition: Asphalt Sample Number = > 0. ESP a T w oma E > w a o °a o UE Water Content (%) Dry Unit WL (pct) .-. 'c In o o VI a U m a 'U o d yt TNn o o f LitholatjiaDescription ai ma k rr? a 0 a ri a? ¢ cc 64 - - 10- 15- 20- 25- 30- ���., ASPHALT: 4.S inches r u-1 Pt=3.0 '''"� BASE COURSE: 7.5 Inches- r CH 23.0 80 59 45 FAT CLAY with SAND (CH): gray to tan, moist, very, stiff, with iron oxide statning U-2 PP -3.5 22.0 110.0 Una. comp. stn= . 3.6 ttt Strain at failure: 4.6% U-3 PP=2..6 Tho exploration was terminated at GROUNDWATER LEVEL INFORMAT ON: approximately& ft. below ground surface. The Groundwater was not encountered during drilling or after exploration was backfilled with auger cuttings completion. and patched at sutface on March 28, 2014. :I-E1NPELDER Bright People. Right Solutions. N-------i -� PROJECT NO.: 20143788 DRAWN BY: GW CHECKED BY: BER DATE: 4/25/2014 REVISED: BORING LOG 07 PLATE 11 PAGE; 1 of 1 Golllhar Road Been Staples Street to Weber Road Corpus Christi, Texas m w 0 Date Begin - End: 3/28/2014 Drilling Company: Envirocore 13ORING LOG 13•08 Logged By: Jesse Drill Crew: Jose Hor.-Vert. Datum: Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto -30in, Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair t3ore Diameter: 6 in, O.D, Depth (feet) FIELD EXPLORATION LABORATORY RESULTS o - Latitude:27.72724° N Longitude: -97.38459" W Ground Surface Elevation Not Available • Surface Condition: Asphalt Sample • Number Sample Type 3Iow Counts(BC1= Uncar..Blows76 n. PoetetPen(PP)= tsf Recovery (NR=No Recovery) USCS Symbol 1; . _, 0 m Liquid Limit o a. 73 E, w t-. o t0 Lithologic Description 5 0 ❑ n. o. n z 4 0: - 5 - 10- 15- 20- 20- 30— •e. -es ASPHALT: 3 inches r u-1 Pp -2.25 / BASE COURSE: 3 inches (( 24.0 106.0 Uac, comp, sic= FAT CLAYwith SAND ICH): gray to tan, ct,: 2.7 tst - moist, stiff to very stiff, with Iran oxide staining 11-2 PP 5=2. Strain at Failure; 7.0% d U-3 PP=1.5 — The exploration was terminated at GROUNDWATER LEVEL INFORtv1AT ON: approximately 6 ft. below ground surface. The Groundwaterwas not encountered dur ng drilling or after exploration was backRtled with auger cuttings completion. and patched at surface on March 28, 2014. - iE/NFELDffR Bright People. Right Solutions. PROJECT NO,: 20143780 DRAWN BY: GW CHECKED BY: BER DATE: 412512014 REVISED: BORING LOG B-08 PLATE 12 PAGE: 1 011 Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas Date Begin - End: 3128/2014 Drilling Company: Envirocore BORING LOG B-09 Logged By: Jesse Drill Crew: Jose Hor.-Vert, Datum; Not Available Drilling Equipment: CME -45 Hammer Type - Drop: 140 Ib. Auto - 30 in. Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair Bore Diameter: 6 In, O.D. Graphical Log I FIELD EXPLORATION LABORATORY RESULTS dGround a L&itude: 27.72604' N Longitude: -97.36131.W Surface Elevation Not Available Sutrace Condition: Asphalt of EE te E Blow Counts(BC)= Uncorr.8lows16 m. Pocket Pen(PP)= tsf > o >z K mE O Water Content (%) Dry Unit Wt. (pct) o `� o o a 2 I a U c m , o �z ro o- y g - cu gi Q LithoiogicDescription coz cn tt? cori o. af.. gr :-t o_7 ¢re ,;,x,.:. ASPHALT: 4 inches U-1 PP -2.0 r, BASE COURSE: 7 inches SANDY LEAN CLAY (CO: to Ian, moist, gray stiff to very stiff, with iron oxide staining U-2 111 PP=2,25 5 1111 III PP=2.0 PP -2,0 CL 22,0 66 49 37 _ _ 10 r LEAN CLAYwith Sand (014: gray to tan, moist to wet, stiff to hard, with interbedded sand layers U 5 III a t CL 25.0 78 99 38 - 'l _ r3.0 19.0 118.0 Una Comp. Sir.= ,: 3,9 tsf- q ` Strain at Failure: 3,0% 15 i i U-7 1111E 20 _1111 id ■ FAT CLAYCH : reddish brown, tan, and ( ) gray, moist, very stiff to hard, stickensided U-8III PP=3.0 25 1 _ U-9 III PP=4.5 30 The exploration was terminated at GROUNDWATER LEVEL INFORMAT ON: Y Groundwater was observed at approximately 13 ft. below ground approximately 30 ft. below ground surface. surface during drilling. The exploration was backfilled with auger !Groundwater was observed at approximately 12.5 ft. below cuttings and patched et surface on March 26, ground surface at the end of drilling. 2014. • ------ iE/JVFELDER PROJECTNO.: 20143786 DRAWN BY: GW BORING LOG B 09 PLATE Bright People. Right Solutions. CHECKED BY: BER DATE: 4/25/2014 REVISED: - Goll arRoad Between Staples Street to Weber Road Corpus Christi, Texas 13 PAGE: 1 oft Date Begin - End: 3/28/2014 Drilling Company: Envlrocare BORING LOG 13.10 Logged By: Jesse Drill Crew: Jose Ftor.•Vert. Datum: Not Available Drilling Equipment: CME -45 I4anirner Type - Drop: 140 Ib. Auto - 30 in. Plunge: -90 degrees Drilling Method: Continuous Flight Auger Weather: Fair Dore Diameter: 6 in, O.D. Depth (feet) o r a D.6.1 FIELD EXPLORATION LABORATORY RESULTS Latitude: 27.72621° N Longitude: -97.38007°W Ground Surface Elevation Not Available Surface Condition: Asphalt Sample Number Sample Type Blow Ceuntz(BC)= Uncorr. Blows/8 in. Pocket Pen(PP)= tsf Recovery (NR=No Recovery) USCS Symbol 4 ;r +. C v. 2 ,G 7 o crn N 0 o o cc t�/ m rn o is c .t o ul 1.11 [L I iii Ut co tu v E Lithologic Description 0 a f 0 tr N a.. a di ASPHALT: 5 inchos r U-1 PP=1.75 BASE COURSE: 7 inchesI ` FAT CLAY with Sand (CH): to tan, gray //// moist, stiff to very stiff, with iron oxide staining U-2 PP 2.25 CH 29.0 82 65 51 ` 5� U-3 PP=2 M !// U-4 RR -116 29.0 06.0 Unc. Copp. Sic= S,:i tsf SStrainaln atFailure: 14.3% /le U-5 PP=2.0 _ 10 T. R. -with interbedded sand layers below 12 feet ) J U-6 PP=2.25 15-�� The exploration was terminated at GROUNDWATER LEVEL, 1NFORMAT ON: 20- 25- 30- approximately 18 ff, below ground surface. s Groundwater was observed at approximately 13 ft, below ground The Iriration was backfilled with auger surface during drilling. e exp and patched at surface on March 28, x Groundwater was observed at approximately 12 ft, below ground cuttings p surface at the end adding. 2014, PROJECTND.: 20143788 DRAWN BY: GW I BORING LOG B-10 PLATE ( KL E11V,1 E"E"L D,ER Bright People. Right Solutions, \'‘,..,........—.........,./..�- CHECKED BY: BER DATE: 4/25/2014 REVISED: Goliihar Road Between Staples Street to Weber Road Cotpus Christi, Texas 14 PAGE: 1 of 1 gINT FILE: L:1gin6projectslcorpus Project Lags 1 20143788 Ce Gollihar Road.gpj gINT TEMPLATE: R:KLF STANDARD_GINT LIBRARY 2014.GLB [LAB SUMMARY TABLE - SOLI 13-01 1.0 CLAYEY SAND (SC) 18.0 49 PAT 50/007 41 8 PLOTTED: 06/15/2014 10:43 AM BY: gwitt 33 B-01 2.0 U-2 15.0 121.0 Unconfined Compressive Strength= q : 6.7 tsf Strain at Failure: 5.3% 3-01 13.5 S-5 25.0 6.0 8-02 1.0 ' 15.0 116.0 Unconfined Compressive Strength= q; 3.5 tsf Strain at Failure: 8.0% B-02 2.0 U-2 CLAYEY SAND (SC) 14.0 ' 40 30 11 19 5-03 2.0 U-2 16.0 B-03 6.0 6-4 CLAYEY SAND (SC) 18.0 8-04 4.0 U-3 SANDY. LEAN CLAY (CL) 14.0 33 25 9 17 51 34 10 24 B-04 8.0 U-5 15.0 117.0 Unconfined Compressive Strength= q; 4.6 tsf Strain at Failure: 2.7% 5-04 13.5 S-6 24.0 7.0 6-05 1.0 12.0 130.0 Unconfined Compressive Strength= q : 7.8 tsf Strain at Failure: 3.0% 8-06 2.0 U-2 39.0 41 Unconfined Compressive Strength= q;,: 4.3 tsf Strain at Failure: 3.7% 6-06 13.5 S-6 3-07 1.0 24.0 19 FAT CLAY WITH SAND (CH) 23.0 80 59 14 45 6-07 2.0 U-2 22.0 110.0 Unconfined Compressive Strength= q„: 3.6 tsf Strain at Failure: 4.6% 8-08 1.0 24.0 106.0 Unconfined Compressive Strength= qy: 2.7 tsf Strain at Failure: 7.0% 3-09 4.0 U-3 SANDY LEAN CLAY (CL) 22.0 56 49 12 37 8-09 8.0 U-5 LEAN CLAY WITH SAND (CL) 25.0 78 49 11 38 3-09 13.0 U-6 19.0 118.0 Unconfined Compressive Strength= q,,: 3.9 tsf Strain at Failure: 3.8% 3-10 2.0 U-2 FAT CLAY WITH SAND (CH) 29.0 82 65 14 51 Refer to the Geotechnical Evaluation Report or the supplemental plates for the method used for the testing performed above. NP = NonPlastic NA = Not Available KLEINFELDER Bright People, night Solutions. PROJECT NO.: 20143788 DRAWN BY: GW CHECKED BY: BER DATE 4/25/2014 REVISED: LABORATORY TEST RESULT SUMMARY Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 15 giNT FILE: LAginllprojectslcorpus Projec Logs120143788 Co Gollihar Road.gpj • gINTTEMPLATE: R:KLF_STANDARO_GSNT LIBRARY_2014.GLB r, LAB SUMMARY TABLE - SOL] kb.�=Si�ve��ina T,r�e ,xsr„y''rhl l�kG�e��ri4ii; B-10 6.0 U-4 29.0 96.0 hAtteggg:alg ikt Wig Sr PLOTTED: 05/15/2014 10:43 AM BY: gwitt Unconfined Compressive Strength= q.:1.6tsf Strain at Failure: 14.3% Refer to the Geotechnical Evaluation Report or the supplemental plates for the method used for the testing performed above. NP = NonPlastic NA a Not Available KLE/NFELDER Bright People. Right Solutions. PROJECT NO.: 20143788 DRAWN BY: GW CHECKED BY: BER DATE: 4/25/2014 REVISED: LABORATORY TEST RESULT SUMMARY Gollihar Road Between Staples Street to Weber Road Corpus Christi, Texas PLATE 16 Ceatechnical Services Are Performed for Specific Purposes, Persons, and Projects Geolechnical engineers structure their services lo meet the specific needs of their clients. A geolechnlcal engineering study conducted for a civil engi- neer may nol ful1111 Iho needs of a construction contractor or even another civil engineer. Because each geotechnical engineering study is unique, each geolechnical engineering report is unique, prepared sofelylor the client. No one excepl you should rely on your geolechnlcal engineering repot! without first conferring with lite geolechnlcal engineer who prepared II, And no one — not even you —should apply the report for any purpose or projacl except the ane originally contemplated. Read the Full Report Serious problems havo occurred because those relying on a geolechnlcal engineering raporl did not read 11 all. Do not rely on an executive summary. Do not read selected elements only. A Geotechnical Engineering Report Is Rased on A Unique Set of Project-Specilic Factors Geolechnical engineers consider a nnntbor of unique, project -specific fac- tors when establishing the scope of a study. Typical factors include: the client's goals, objectives, and risk management preferences; the general Mum of the structure involved, its size, and configuration; the location of the structure on the site; and other planned or existing silo improvements, such as access roads, parking lots, and underground 0111111es. Unless the geotechnical engineer who conducted the study specifically indicates oth- erwise, do not rely on a geotechnical engineering report Ilial was: • not prepared for you, • not prepared for your project, • not prepared for the specific) site explored, or • completed before imporlanl project changes were made. Typical changes that an erode the reliability of an existing geotechnical engineering report include !hose that alfeci: • the funclion of the proposed structure, as when it's changed front a parking garage to an office building, or from a light Industrial plant to a refrigerated warehouse, • elevation, conliguralion, localinn, orlenla(ion, or weighl of the proposed structure, • composition al lho design team, or • project ownership. As a general rule, always inform your geolechnlcal engineer of project changes—even minor ones—and request an assessment of their impact. Gootechnlcal engineers cannel accept responsibility ar liability for problems that occur becauso Ihelr repods do not consider developments of which they were nol informed. Subsurface Conditions Can Change A geotechnical engineering repot) is based on conditions Ilial existed al the limo Ilia stucy was performed. Do nol rely nn a joo(ocf►nical engineer- ing report whose adequacy may have been affected by: the passage of time; by matt -made evonls, such as construction on or adjacent to the site; or by natural events, such as floods, eatlitquakes, or groundwater huclua- lions, Always contact Ike geotechnical engineer before applying the report lo determine if it is still reliable. A minor amount of additional testing or analysis could proveni major problems, Most Geotechnical Findings Are Professional Opinions Site exploration identities subsurface condillons only al !hose points where subsurface tests are conducted or samples aro taken, Geolechnical engi- neers review field and laboratory data andthen apply their professional judgment to render an opinion about subsurface conditions throughout Iho site. Actual subsurface conditions may differ—sometimes significantly— from those indicated in your report. Retaining the geolechnlcal engineer who developed your report to provide construction observation Is the most effective method of managing (ho risks associated wilh unanticipated conditions. A Report's Recommendations Are Not Final Do not overrely an the construction recommendations included In your report. Those recommendations are not final, because geolechnlcal engi- neers develop them principally from judgment and opinion. Geotechnical engineers can Iinaliae (heir recommendations only by observing actual J Important Information About Your Gootocbnical Engineering Report Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes.. The following information is provided to help you manage your risks. subsurface conditions revealed during construction. The geolechnical engineer who developed your report cannot assume responsibility or liability tor !he repair's recommendations Rat engineer does not perform construction observation. A Geotechnical Engineering Report is Subject to Misinterpretation Olher design team members' misinterpretation of geolechnical engineering reports has resulted in costly problems. Lower that risk by staving your geo- technical engineer conferwilh appropriate members of she design team alter submilling the report. Also retain your geolechnical engineer to review perti- nent elements of the design team's plans and specifications, Contractors eau also misinterpret a gocdcchnicas engineering report. Reduce That risk by having your geolechnical engineer participate In Rebid and !reconstruction conferences, and by providing conslruclion observation. Du Not Redraw the Engineer's Logs Geolechnical engineers prepare lino! boring and testing logs based upon Iheir Interpretation of field logs and laboratory data. To prevenl errors or omissions, the logs included in a geolechnical onglneering report should never be redrawn for inclusion in arclrfleclural or other design drawings. Only photographic or electronic reproduction is acceptable, bul recognize Mal srparalirlg logs fromlha 141011 M, clevalo risk. Give Contractors a Complete Report and Guidance Some owners and design professionals mistakenly believe They can make contractors liable for unanlicipaled subsurface condillons by limiting what they provide for bid preparalion. To help prevent costly problems, give con- tractors the complete geolechnical engineering report, bill preface it with a clearly written letter of Iransmillal. In that letter, advise conlraclors Thal the report was not prepared for purposes of bid development and ilial Iho report's accuracy is limited; oncounriie Iitem lo confer Mill the geotechnical engineer who preparoc Ilia report (a modest leo may he required) and/or lo conduct additional study to obtain the specific types of informalion they need or prefer. A prehld conference can also he valuable. Rcsure conlrac- fors havesullicienl /laic to perform additional study. Only then might you be in a posilion to give conlraclors the best Inlorrnalion available to you, while requiring ahem to al least share same of the financial responsibilities stemming from unanticipated conditions. Read Responsibility Provisions Closely Some clients, design professionals, and conlractors do not recognize that geolechnical engineering Is lar less exact than other engineering disci- plines, This lack of understanding has created Unrealistic expectations (hal have led to disappointments, claims, and disputes. To help reduce the risk of such outcomes, geolechnical engineers commonly include a variety of explanatory provisions In their reports. Sometimes labeled "limilations" many of (hese provisions indicate where geolechnical engineers' responsi- bilities begin and end, to help others recognize their own responsibilities and risks, Read these provisions closely. Ask queslions. Your geotechnical engineer should respond IUIIy and frankly. Geoenvlronmentai Concerns Are Not Covered The equipment, techniques, and personnel used to perform a geoenviron- menlal sludy differ significantly from those used to perform a geolechnical study. Far Thal reason, a geotechnical engineering report does nol usually relate any geoenvironmenlal findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated conlantinanis, Unanllclpaled environmental problems have led to numerous propel !allures. If you have not yet obtained your own geoen- vironmenlal infornlalion, ask your geolechnical consullanl for risk man- agement guidance. Do nal rely on an environmental reporl prepared for someone else, Obtain Prolesslonal Assistance To Deal with Mold Diverse strategies can he applied during building design, construction, operation, and Maintenance to prevent significant amounts of mold from growing art indoor surfaces, To be effective, all such slralegies should be devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight by a professional mold prevention consullanl.l3ecause just a small amount of water or moisture can lead lo the development of severe mold infestations, a num- ber of mold prevention Strategies focus on keeping building surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part -of the geolechnical engineering study whose findings aro conveyed in this reporl, the geotechnical engineer in charge of this project is not a mold prevention consultant; none of the services per- formed In connection with time nontechnical engineer's study wore designed or conducted for the purpose of mold preven- tion. Proper Implementation of the recommendallons convoyed In this report will not al Itsel/lle sufficient to prevent mold from growing In or on the structure Involved. Rely, on Your ASK -Member Geotechnclal Engineer for Additional Assistance Membership in ASFE/ihe Bost People on Earlit exposes geolechnical engineers lo a wide array of risk management techniques Ihel can be of genuine benelil for everyone involved with a conslruclion project. Confer wilh you ASFE-member geolechnical engineer for mere infornlalion. } ASFE 'ha Dont Peppin on Earth 8811 Galesville Road/Saila G100, Silver Spring, MD 20910 Telephone: 301/505-2733 Facsimile; 301/589-2017 a -mall: inlo@asie.org trinv.asfe.ortt Copyright 2004 byASFE, Inc. Duplication, reproduction, or copying of this document, la whole or In parr, by any means whalsoever, Is strictly prohlhllod excepl with 'Ufa specific written permission. Excerpting, quoting, or otherwise extracting wording from this document is permitted only with the express written permission oaASFE, and only for purposes of scholarly research or book roviow Only members ofASFEmay use this document as a complement 10 ores an element of a geotechnical engineering report. My olher (Inc. individual or inherently that so uses this document Wilmot haing an ASMFnmemhnrcmdd ha cammlttag negligent orioton0onet (fraudulent) rmsrepresentatlon. IIGEn00045.OM Final Report Storm Water Value Engineering (Bond 2014) Gollihar Road Storm Water Infrastructure Review Prepared for City of Corpus Christi ni" Al " City of Corpus Christi .*�_ II f i * ,j \ 9, SARAH L. WEST ,?, 101328 Z,,1 Stites. ,itF .l/C�ENSEO ..��"AlLweveb 06/03/2016 COPYRIGHT 2015 BY CH2M HILL ENGINEERS, INC • COMPANY PROPRIETARY June 3, 2016 PN: E15100 ctiZiw 555 N. Carancahua Suite 310 Corpus Christi, TX 78401 Contents Section Page Acronyms and Abbreviations v Executive Summary 1-1 1.1 Project Scope 1-1 1.2 Methodology 1-1 1.3 Drainage Areas and Hydrologic & Hydraulic Analysis 1-1 1.3.1 Drainage Areas 1-1 1.3.2 Hydrologic Analysis 1-1 1.3.3 Hydraulic Analysis 1-2 1.4 Modeling Results 1-2 1.4.1 Pipe & Box Size Modifications 1-2 1.4.2 Inlet Modifications 1-3 1.5 Opinion of Probable Construction Costs (OPCC) 1-3 Introduction 2-1 2.1 Project Scope 2-1 2.2 Methodology 2-1 Drainage Areas and Hydrologic & Hydraulic Analysis 3-1 3.1 Drainage Areas 3-1 3.2 Hydrologic Analysis 3-1 3.3 Hydraulic Analysis 3-1 3.3.1 Existing System 3-1 3.3.2 Proposed System 3-2 Modeling Results 4-1 4.1 Proposed Storm Sewer under Gollihar Road 4-1 4.1.1 Pipe & Box Size Modifications 4-1 4.1.2 Inlet Modifications 4-2 4.2 Model Results 4-3 Opinion of Probable Construction Costs (OPCC) 5-1 5.1 Original OPCC's 5-1 5.2 Proposed OPCC 5-1 5.2.1 Unit Price Modifications 5-1 5.2.2 Underground Storm Sewer System Modifications 5-1 Tables 1-1: Proposed Infrastructure Improvements along Gollihar Road 1-2 4-1: Proposed Infrastructure Improvements along Gollihar Road 4-1 4-2: Proposed Inlet Extensions along Gollihar Road 4-2 4-3: Max WSEL at Various Junctions along Gollihar Road for the "Gollihar Proposed Model" 4-3 4-4: Max WSEL at Various Junctions along Gollihar Road for the "CCBB Ultimate Buildout Model" 4-4 Figures 2-1: Kostoryz Road, Phases 1 & 2 Storm Water Model Layout 2-2 2-2: Draft SWMP Storm Water Model Layout 2-2 COPYRIGHT 2015 BY CH2M HILL ENGINEERS, INC • COMPANY PROPRIETARY ACRONYMS AND ABBREVIATIONS Appendices A — Proposed Storm Sewer System Results B — Opinion of Probable Construction Cost (OPCC) COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY IV ACRONYMS AND ABBREVIATIONS Acronyms and Abbreviations City City of Corpus Christi CH2M CH2M HILL, Inc. Draft SWMP Draft Storm Water Master Plan fps feet per second GIS Geographical Information System NEI Naismith Engineering, Inc. OPCC Opinion of Probable Construction Cost PN Project Number RCP Reinforced Concrete Pipe RVE RVE Engineering -Surveying SH State Highway WSEL Water Surface Elevation Yr Year v COPYRIGHT 2016 BY CH2M HILL, INC. • COMPANY CONFIDENTIAL SECTION 1 Executive Summary 1.1 Project Scope The City of Corpus Christi (City) contracted with CH2M HILL, Inc. (CH2M) to develop an alternative drainage system that will bring the proposed Gollihar Road (Bond 2014) Project (from Kostoryz Road to South Staples Street) within the project budget, and still meet the design criteria that is provided in the Draft Drainage Criteria Manual that was submitted to the City of Corpus Christi in April 2010. 1.2 Methodology Model the existing drainage system with the proposed Gollihar Road improvements, and then check the system for ultimate buildout conditions with all diversions proposed in the Draft Storm Water Master Plan (Draft SWMP). • Use the Kostoryz Road, Phases 1 & 2 (City PNs: 6489 and 6490) storm system model (Kostoryz Model) as basis (see Figure 2.1). • Modify the Kostoryz Model to include proposed downstream Gollihar/Carmel Parkway system improvements that are within budget. • Include all of the proposed Draft SWMP diversions (see Figure 2.2). • Model the system with: o Existing system with no additional improvements on Gollihar (referred to as the "Gollihar Existing Model"). o Existing system with only improvements to the Gollihar system (referred to as the "Gollihar Proposed Model"). o Proposed ultimate buildout, with all downstream upgrades made; includes all proposed Draft SWMP diversions in addition to the improvements made to the Gollihar system (referred to as the "CCBB Ultimate Buildout Model"). The proposed recommendations will conform to criteria outlined in Draft SWMP. • 25 -yr design storm event kept at or below top of curb and manhole rims. • 100 -yr check storm event kept below habitable living space (since we do not have finished floor elevations for all areas of this system, 12" above the top of curb will be used as the check elevation). 1.3 Drainage Areas and Hydrologic & Hydraulic Analysis 1.3.1 Drainage Areas Drainage areas for the existing system models were based on the Kostoryz Model and the Draft SWMP model. For the proposed system model, more discrete areas were added along Gollihar Road within the project limits (i.e. the drainage areas for each curb inlet), and these were based on the areas delineated in the RVE and NEI plan sets for City projects E13087, E13088, and E13089 for the drainage areas along the Gollihar corridor. For off-site areas that drain into the Gollihar storm sewer system, the City's GIS data was utilized to define the drainage area boundaries. See Section 3.1 for more information. 1.3.2 Hydrologic Analysis The watershed for the Gollihar Road project area primarily consists of lager residential areas draining into commercial areas that are along the project corridor. The runoff from the watershed is collected in COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 1-1 SECTION 1 EXECUTIVE SUMMARY underground storm sewer systems. Discharges for these drainage areas were calculated using the Autodesk Storm and Sanitary Analysis 2013 modeling program, which utilized the Rational Method. See Section 3.2 for more information. 1.3.3 Hydraulic Analysis Autodesk Storm and Sanitary Analysis 2013 was used to hydraulically model the existing storm sewer systems. This program utilizes a hydrodynamic routing methodology utilizing the Hazen -Williams equation for the hydraulic analysis. See Section 3.3 for more information. 1.4 Modeling Results CH2M is providing these comments on the proposed Gollihar Road storm sewer system, and making recommendations to the City Capital Programs department for acceptance of the proposed infrastructure improvements. These recommendations prepared by CH2M are for the City's review and acceptance; CH2M does not assume any liability for these recommendations if they are implemented. See Section 4 for more information. 1.4.1 Pipe & Box Size Modifications A summary of the proposed infrastructure improvements is shown in Table 1-1. These will replace the proposed box/pipe structures shown on the RVE and NEI plans sets that were provided for this review. Table 1-1: Proposed Infrastructure Improvements along Gollihar Road RVE, PN: E13088 &. E13089 Start Station End Station Original Proposed Pipe Size Value Engineering Proposed Pipe Size 0+28 26+17.64 6' X 8' 3' X 3' 26+17.64 32+52 6' X 9' 4' X 3' 32+52 40+50 71)(9' 4' X 4' 40+50 52+05.63 7' X 1[}' 5' X 4' Naismith, PN: E13087 Start Station End Station Original Proposed Pipe Size Value ;Engineering Proposed Pipe Size 52+05.63 78+49 10' X 8' 5'X 4' 78+49 79+01 5' 5' 5' X 4' 79+01 83+48 5' 4' 4' X 4 83+48 89+29 5' 4' 4819 89+29 91+92 4' X 4' 4811 91+92 97+15 4211 3611 97+15 99+00 3611 3019 COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 1-2 SECTION 1 EXECUTIVE SUMMARY 1.4.2 Inlet Modifications Based on the "Gollihar Proposed Model", there were twenty-five (25) curb inlets that should have 5 -ft extensions added. These are in addition to the inlets that were already shown to have extensions within the plan set. Additional information is provided in Section 4.1.2 of this report. 1.5 Opinion of Probable Construction Costs (OPCC) Based on the modeling results (see Section 3 for the methodology, and Section 4 for the proposed system), the units were updated, resulting in the following OPCC's for the projects. Original Proposed Combined Total = $10,523,138.76 Value Engineering Combined Total = $7,062,884.12 This is a reduction (savings) of approximately $3.46M (combined between all three projects). 1-3 COPYRIGHT 2016 BY CH2M HILL, INC. • COMPANY CONFIDENTIAL SECTION 1 EXECUTIVE SUMMARY THIS PAGE INTENTIONALLY LEFT BLANK. COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 1-4 SECTION 2 Introduction 2.1 Project Scope The proposed Gollihar Road (Bond 2014) Project as designed by NEI and RVE is approximately $2.5M over budget, primarily due to storm drain upgrades. The City of Corpus Christi (City) contracted with CH2M HILL, Inc. (CH2M) to develop an alternative drainage system that will be within the project budget, and still meet the design criteria that is provided in the Draft Drainage Criteria Manual that was submitted to the City of Corpus Christi in April 2010. 2.2 Methodology The following methodology for the Gollihar Road Storm Water Infrastructure Review was presented by CH2M staff and approved by the City Project Manager. This methodology will model the existing drainage system with the proposed Gollihar Road improvements, and then check the system for ultimate buildout conditions with all diversions proposed in the Draft Storm Water Master Plan (Draft SWMP). • Use the Kostoryz Road, Phases 1 & 2 (City PNs: 6489 and 6490) storm system model (Kostoryz Model) as basis (see Figure 2.1). • Modify the Kostoryz Model to include proposed downstream Gollihar/Carmel Parkway system improvements that are within budget. • Include all of the proposed Draft SWMP diversions (see Figure 2.2). • Model the system with: o Existing system with no additional improvements on Gollihar. o Existing system with only improvements to the Gollihar system. o Proposed ultimate buildout, with all downstream upgrades; includes all proposed Draft SWMP diversions in addition to the improvements made to the Gollihar system. The design should conform to criteria outlined in Draft Storm Water Master Plan. • 25 -yr design storm event kept at or below top of curb and manhole rims. • 100 -yr check storm event kept below habitable living space (since we do not have finished floor elevations for all areas of this system, 12" above the top of curb will be used as the check elevation). COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 2-1 Figure 2-1: Kostoryz Road, Phases 1 & 2 Storm Water Model Layout Kostoryz Road, Phases 1 & 2 Storm 'Nater Model Figure 2-2: Draft SWMP Storm Water Model Layout Draft SWMP proposed diversions. COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 2-2 SECTION 3 Drainage Areas and Hydrologic & Hydraulic Analysis 3.1 Drainage Areas Drainage areas for the existing system models were based on the Kostoryz Model and the Draft SWMP model. For the proposed system model, more discrete areas were added along Gollihar Road within the project limits (i.e. the drainage areas for each curb inlet), and these were based on the areas delineated in the RVE and NEI plan sets for City projects E13087, E13088, and E13089 for the drainage areas along the Gollihar corridor. For off-site areas that drain into the Gollihar storm sewer system, the City's GIS data was utilized to define the drainage area boundaries. 3.2 Hydrologic Analysis The watershed for the Gollihar Road project area primarily consists of lager residential areas draining into commercial areas that are along the project corridor. The runoff from the watershed is collected in underground storm sewer systems. Discharges for these drainage areas were calculated using the Autodesk Storm and Sanitary Analysis 2013 modeling program, which utilized the Rational Method. 3.3 Hydraulic Analysis Autodesk Storm and Sanitary Analysis 2013 was used to hydraulically model the existing storm sewer systems. This program utilizes a hydrodynamic routing methodology utilizing the Hazen -Williams equation for the hydraulic analysis. 3.3.1 Existing System 3.3.1.1 Existing Storm Sewer under Gollihar Road Based on the Gollihar Road Improvements, Kostoryz Road to Weber Road (Bond 2014) report submitted by RVE, Inc. on 09/12/2014, the following is the description of the existing system. "Gollihar Road contains a local, underground storm water collection system composed of reinforced, concrete pipe (RCP) and curb inlets. As part of the Project, the existing collection system will be replaced with new RCP and curb inlets capable of conveying the runoff from a 25- year frequency rain event in compliance with the City's Drainage Criteria Manual for an arterial street. In addition to the local collection system, a storm sewer trunk line composed of large, reinforced, concrete box culverts runs beneath Gollihar Road. It is the objective of the Project to increase the capacity of the existing trunk line such that it is capable of conveying the runoff from a 25 -year frequency rain event as required by the City's Drainage Criteria Manual. The existing storm sewer trunk line begins in Gollihar Road west of SH 286 with a 54" RCP and runs beneath Gollihar Road to Carmel Parkway. Through the Project, the box culvert size varies from a 10'x8' at Kostoryz Road to a 10'x10' at Weber Road. At Carmel Parkway, the existing trunk line turns northeast and runs to its discharge point at Corpus Christi Bay. At Corpus Christi Bay, the trunk line is a 13'x12' box culvert...." COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 3-1 3.3.1.2 Combine Kostoryz Road and SWMP Hydraulic Models The Kostoryz Model was used as the starting point for this Project model (see Figure 2.1). Information from the Draft SWMP model was then incorporated into the Kostoryz Model so that the entire ultimate conditions system was laid out. However, the future/proposed downstream diversions were "disconnected" from the system since those are not yet installed. 3.3.1.3 Update Combined Hydraulic Model with Gollihar Road Existing System Next, the portion of the system that falls within the Gollihar Road project limits was updated to accurately reflect the existing system data shown on the plan sheets provided by RVE and NEI (referred to as the "Gollihar Existing Model"). This data was more discreet and included surveyed elevations that were not part of the Draft SWMP model or project scope. 3.3.2 Proposed System The proposed Gollihar Road storm sewer improvements must meet the following criteria: Design Storm: 25 -yr storm event Minimum Cover: 2 feet (Class III RCP) as defined by ASTM C-76 1 foot (Class IV RCP) Velocity in Conduit: 2 fps minimum (flowing full) where obtainable 15 fps maximum No maximum velocity for laterals HGL: At or below top of curb for design -year event At or below rim elevation at manholes for design -year event Manhole Spacing*: 600 feet maximum spacing Manhole required at each change in pipe size Manhole required at directional change >5° *Junction boxes or inlets may be used in lieu of manholes. Additionally, the proposed Gollihar Road storm sewer improvements must stay below the maximum budgeted amount of $9,242,000 (combined for all three projects - E13087, E13088, and E13089). 3.3.2.1 Existing System Model with Proposed Gollihar Road System Once the Gollihar Existing Model was complete, the portion of the system that falls within the Gollihar Road project limits was modified to provide a storm sewer system that meets the criteria listed in Section 4.1, and stays within the project budget. This was an iterative process to maximize the system efficiency and minimize the cost. This model is referred to as the "Gollihar Proposed Model". Final results are provided in Section 4 of this report. 3.3.2.2 Ultimate Buildout Hydraulic Model After the Gollihar Proposed Model was complete, all of the ultimate build -out diversions that were proposed in the Draft SWMP were reconnected to check the effect on the proposed Gollihar improvements once the entire system is completed. This model is referred to as the "CCBB Ultimate Buildout Model". COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 3-2 In the future, when additional projects are designed within the Corpus Christi Bay Basin (CCBB), this model can be updated with more discrete data as it is obtained, and the overall system modeled with the proposed revisions. This will allow the designer to see the effect of their proposed system modifications on the downstream and upstream systems as a whole. 3-3 COPYRIGHT 2016 BY CH2M HILL, INC. • COMPANY CONFIDENTIAL THIS PAGE INTENTIONALLY LEFT BLANK. COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 3-4 SECTION 4 Modeling Results 4.1 Proposed Storm Sewer under Gollihar Road CH2M is providing these comments on the proposed Gollihar Road storm sewer system, and making recommendations to the City Capital Programs department for acceptance of the proposed infrastructure improvements. These recommendations prepared by CH2M are for the City's review and acceptance; CH2M does not assume any liability for these recommendations if they are implemented. 4.1.1 Pipe & Box Size Modifications A summary of the proposed infrastructure improvements is shown in Table 4-1. These will replace the proposed box/pipe structures shown on the RVE and NEI plans sets that were provided for this review. Table 4-1: Proposed Infrastructure Improvements along Gollihar Road RVE, PN: E13088 & E13089 Start Station End Station Original Proposed Pipe Size Value Engineering Proposed Pipe Size 0+28 26+17.64 6" X 8' 3" X 3' 26+17.64 32+52 6' X 9' 4' X 3' 32+52 40+50 7" X 9' 4' X 4' 40+50 52+05.63 7' X 10' 5' X 4' Naismith, PN: E13087 Sta.-t Station End Station Original Proposed Pipe Size Value Engineering Proposed Pipe Size 52+05,63 78+49 10' X 8' 5' X 4 78+49 79+01 5' X 5' 5" X 4' 79+01 83+48 5" X 4' 4' X 4' 83+48 89+29 5' X 4' 48" 89+29 91+92 4' X 4' 48" 91+92 97+15 42" 3611 97+15 99+00 36" 30" COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 4-1 4.1.2 Inlet Modifications Based on the "Gollihar Proposed Model", there were several curb inlets that should have 5 -ft extensions added. These are in addition to the inlets that were already shown to have extensions within the plan set. A summary of the proposed inlet extensions is shown in Table 4-2. Table 4-2: Proposed Inlet Extensions along Gollihar Road RVE, PN: E13088 & E13089 Inlet ID Station Gollihar_E13088_CI-5 8+06.17, LT Gollihar_E13088_CI-6 8+33.11, LT Gollihar_E13088_CI-7 11+71.60, LT Gollihar_E13088_CI-8 11+44.65, LT Gollihar_E13088_CI-9 11+82.58, RT Gollihar_E13088_CI-11 14+63.33, LT Gollihar_E13088_CI-12 14+41.30, LT Gollihar_E13088_CI-16 17+71.90, LT Gollihar_E13088_CI-17 17+98.81, LT Gollihar_E13088_CI-7 33+73.14, LT Gollihar_E13088_CI-35 49+40.00, RT Naismith, PN: E13087 Inlet ID Station Gollihar_E13087_CI-7 66+61, LT Gollihar_E13087_CI-8 67+37, LT Gollihar_E13087_CI-9 69+18, LT Gollihar_E13087_CI-10 69+95, LT Gollihar _E13087_CI-11 71+71, LT Gollihar_E13087_CI-12 74+30, LT Gollihar_E13087_CI-15 79+49, RT Gollihar_E13087_CI-18 84+13, RT Gollihar_E13087_CI-29 97+15, RT Gollihar_E13087_CI-30 97+58, RT Gollihar_E13087_ECI-8 72+05, RT Gollihar_E13087_ECI-9 72+36, RT Gollihar_E13087_ECI-10 74+61, RT Gollihar_E13087_ECI-11 74+92, RT COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 4-2 4.2 Model Results Table 4-3 summarizes the max water surface elevations (WSEL) at various junctions along Gollihar Road for the "Gollihar Proposed Model". Table 4-4 summarizes the max WSEL for those same junctions for the "CCBB Ultimate Buildout Model". Complete results for all of the different models can be found in Appendix A. Table 4-3: Max WSEL at Various Junctions along Gollihar Road for the "Gollihar Proposed Model" Model Junction ID Plan Set Station Rim Elevation (FT) Max Water Elevation (FT) Notes 25 -YR 100 -YR Gollihar_E13088_STMH-1 0+31.18 31.10 30.01 30.04 Start of system on Proposed Structure Gollihar E13088 EQ -1 0+31.18 31.00 29.97 29.99 Equalization point along the Existing Structure Gollihar E13088 EG -5 8+34.52 30.09 29.28 29.32 Equalization point along the Proposed Structure Gollihar E13088 J-4 8+34.53 30.09 29.27 29.32 Equalization point along the Existing Structure Gollihar E13088 J-8 17+42.76 29.00 28,78 28.61 Equalization point along the Proposed Structure Gollihar E13088 EG -9 17+42.76 29.00 28.76 28.62 Equalization point along the Existing Structure Gollihar E13088 STMH-18A 26+17.64 28.20 28.20 28.15 Propesed Box Structure at Carroll Lane Intersection Gollihar E13088 STMH-18B 26+17.64 28.20 28.20 28.20 Existing Box Structure at Carroll Lane Intersection Gollihar_E13088_STMH-2113 32+52 28.20 28.00 28.13 Manhole along the Proposed Structure Gollihar_E13088_STMH-21A 32+52 28.10 27.99 28.10 Manhole along the Existing Structure Gollihar E13088 EQ -19 45+07.2 27.50 27.50 27.50 Equalization point along the Proposed Structure Gollihar_E13088_STMH-27 45+07.2 27.50 27.50 27.50 Manhole along the Existing Structure Gollihar E13087 JunctionBox#1 52+11 28.09 28.09 28.09 Junction Box at the Weber Intersection Gollihar E13087 JunctionBox#2 - - 60+46 28.18 27.68 27.64 Junction Box where the Existing and Proposed lines cross Gollihar E13087 J-29 71+71 26.48 26.38 26.36 Equalization point along the Existing Structure Gollihar_E13087_Manhole#5 71+71 26.48 26.48 26.48 Manhole along the Proposed Structure Gollihar E13087 JunctionBox#3 78+49 26.90 24.93 25.63 Junction Box where the Existing Structure turns toward Carmel Parkway Gallihar_E13087_Manhole#14 89+29 23.75 23.75 23.75 Manhole along the Proposed Structure Gollihar_E13087_J-50 89+52 24.83 24.83 23.81 Manhole along the Existing Structure Gollihar_E13O87_Manhole#18 99+00 24.90 24.83 24.71 Manhole at the end of the system 4-3 COPYRIGHT 2016 BY CH2M HILL, INC. • COMPANY CONFIDENTIAL Table 4-4: Max WSEL at Various Junctions along Gollihar Road for the "CCBB Ultimate Buildout Model" Model Junction ID Plan Set Station Rim Elevation (FT) Max. Water Elevation (FT) Notes 25 -YR 100 -YR Gollihar_E13088_STMH-1 0+31.18 31.10 30.63 30.84 Start of system on Proposed Structure Gollihar E13088 EQ 1 0+31.18 31.00 30.27 30.38 Equalization point along the Existing Structure Gollihar E13088 EG -5 8+34.52 30.09 29.50 29.41 Equalization point along the Proposed Structure Gollihar E13088 J-4 8+34.53 30.09 29.50 29.43 Equalization point along the Existing Structure Gollihar E13088 J-8 17+42.76 29.00 28.19 28.57 Equalization point along the Proposed Structure Gollihar E13088 EG -9 17+42.76 29.00 28.18 29.00 Equalization point along the Existing Structure Gollihar E13088 STMH-18A 26+17.64 28.20 27.26 28.05 Propesed Box Structure at Carroll Lane Intersection Gollihar E13088 STMH-18B 26+17.64 28.20 27.25 28.20 Existing Box Structure at Carroll Lane Intersection Gollihar_E13088_STMH-21B 32+52 28.20 26.96 27.96 Manhole along the Proposed Structure Gollihar_E13088_STMH-21A 32+52 28.10 26.70 27.96 Manhole along the Existing Structure Gollihar E13088 EQ -19 45+07.2 27.50 25.03 27.50 Equalization point along the Proposed Structure Gollihar_E13088_STMH-27 45+07.2 27.50 24.79 27.50 Manhole along the Existing Structure Gollihar E13087 JunctionBox#1 52+11 28.09 22.95 28.09 Junction Box at the Weber Intersection Gollihar E13087 JunctionBox#2 60+46 28.18 20.80 26.27 Junction Box where the Existing and Proposed lines cross Gollihar E13087 J-29 71+71 26.48 17.51 22.95 Equalization paint along the Existing Structure Gollihar_E13087_Manhole#5 71+71 26.48 15.08 17.83 Manhole along the Proposed Structure Gollihar E13087 JunctionBox#3 78+49 26.90 15.96 22.66 Junction fax where the Existing Structure turns toward Carmel Parkway Gollihar _E13087_Manhole#14 89+29 23.75 19.86 23.65 Manhole along the Proposed Structure Gollihar_E13087_J-50 89+52 24.83 20.61 24.83 Manhole along the Existing Structure Gollihar_E13087_Manhole#18 99+00 24.90 22.92 24.90 Manhole at the end of the system COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 4-4 SECTION 5 Opinion of Probable Construction Costs (OPCC) One of the primary goals of this project was to reduce the estimated storm water construction costs by a total of $1M (combined between all three projects). This project reduced the size of the trunk mains and updated the unit costs based on the following recently bid City of Corpus Christi projects. • Williams Drive Improvements Phase 3, City PN: E11116 • Navigation Boulevard, Up River Road to Leopard Street (Bond 2012), City PN: E12090 • Ocean Drive, Louisiana Ave. to Buford St. (Bond 2012), City PN: E12093 • South Staples Street, Morgan Ave. to IH -37 (Bond 2012), City PN: E12096 The detailed OPCC can be found in Appendix B. 5.1 Original OPCC's The following were the total budgeted costs in the OPCC's provided as part of City projects E13087, E13088, and E13089. Additional detail can be found in Appendix B. NEI, PN: E13087 = $5,903,319.71 RVE, PN: E13088 & 13089 = $4,619,819.05 Combined Total = $10,523,138.76 5.2 Proposed OPCC The goal of this project is to provide the most cost effective drainage solutions for the proposed improvements through value engineering procedures. 5.2.1 Unit Price Modifications CH2M updated the unit prices based on recent bid estimates provided by the City (City PN: E11116, E12090, E12093, & E12096). Just changing the unit prices resulted in higher project prices, but did achieve the goal of comparable unit prices. NEI, PN: E13087 = $6,168,981.23 RVE, PN: E13088 & 13089 = $6,928,177.85 Combined Total = $13,097,159.85 5.2.2 Underground Storm Sewer System Modifications Based on the modeling results (see Section 3 for the methodology, and Section 4 for the proposed system), the units were updated, resulting in the following OPCC's for the projects. NEI, PN: E13087 = $3,658,239.48 RVE, PN: E13088 & 13089 = $3,404,644.65 Combined Total = $7,062,884.12 This is a reduction (savings) of approximately $3.46M (combined between all three projects). COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 5-1 THIS PAGE INTENTIONALLY LEFT BLANK. COPYRIGHT 2016 BY CH2M HILL • COMPANY PROPRIETARY 5-2 Appendix A: Proposed Storm Sewer System Results Appendix A - Proposed Storm Sewer System Results are included as a PDF on the CD submitted with this report. The CD also includes all of the models used for the analysis described in this report. Appendix B: Opinion of Probable Construction Costs APPENDIX B WAS INTENTIONALLY LEFT OUT OF THIS DOCUMENT Motin-aewro moo onna 16 •17111,ail,11162 -MLR OM .8...--8--g:Trati,382VIS5T110,8144Vdu,SIZACIT.e.2.8%5E4163T414.VZS IBUBBU VBB=BBUBMEMBUSAUEU.Taa.E4.'.."`'..- ilIMMIiiiiiiiiiyiiiiiiNFORAMPROALLIT0"""""" ,iiiiiiiiiiHMININAMMIliiiiiiiiiMMHgmNAAAgunglviwo 03043MERgggiNiffilillimiiiill::f.:::=::ffgirg§gggygggggg yriq I...rIddaa0g000=4"g0,rntAlliginAltogggEgsgmumminolphtgugg of, iiir ........„55mtvtittuunlhsstit.,ntut: .......—mpApl44! il mmnrimagUaaaaa;;;;t!!N:101iiwp .', d g MP IMUNDI ,,...--aa8 naaasaagaaaacgqq;;whp;722222iitio ,, gii Wg;g!Pi 11 iiigiigEfg El IIMNI;l: ' E giggsgsg! EMPIPAiMaiMMINMiNiiHMM2MMMTPIHRTPTTME iNigA "HPFUMMEMENIEHMIIIMilrigggiggggg§i0 "ik 5;;sts; gA AAA44AAAA ;iltli .15. uuTT.amor PPMOUM " iiiidn!"41111111114 gingglg""iffden §g.5§5555E55 g```gnen I T11111; u RENSPN MO MOE GOLDHAR ROAO FROM WEBER RD. TO STAPLES ST. (BOND 2014) COVER SHEET = CITY o f CORPUS CHRISTI TEXAS Doportroom of Engineering sorvic. Naismith Englneerininc TBPE Firm Rngstralion N. F-000355 1 11170 DIMORIPTION RENSION NO. 0077 OEWMFOON GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) GENERAL NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 ..,.,.2-..1.,SARI, ro .11.n,.10,0122-SPr.. ID,m.E DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) GENERAL NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE FIrm Registration No. F-000355 77,114-COLLNED 100. MAPLES 70 NEHRTRONINENDS-DENEINI 1.01713.001 a hF _mssga " _ ._ 3mn s oSmR"A --'^g Am a: RR AN£ J - _ -2. n ?am ^� TESTING SCHEDULE DESCRIPTION RATE Es A,17 000 2222 .,.. ogyogo . k55„ a aAmm nS53 `jam -m ] im gg e..Niggg g.S gg-.Su" *gyp°e3gglIg p^pr,g Urgg$C..q PIRRTO 1 00 ®g9 R I a"§111£ gA g �p m.©©Eo0+=El z k CATE CIMORIPTION REDSION NO. DATE DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TD STAPLES ST. (BOND 2014) GENERAL NOTES, TESTING SCHEDULE, AND DRAWING LEGEND CITY of CORPUS CHRISTI TEXAS a Department 1 Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 77,0714-467.770 170. MANES 70 OEHINVINC07701-01.1.707 Or CIMN7111700•4 of gn 5 947BN`•:9C FV 4 84213135287827,22 V' '''2',W; 44444433444834344 m_- F^ 4,e8£ 444z5E 44444444343443 `� 9 i' 000-o mg 8z 0 og omo 991 flT T 8_87.200-2 8' _ gsx1 gg 2999 '2:2 A222 24 g J sns 8N22g,4r4rr:22r; .22.2.2 m= g s T. e , S 8„b Ry _ s3< 5555558555555555894"> ---- x_444 55,,,,,,,,,,,,55565 8 c gn 5 947BN`•:9C FV 4 84213135287827,22 V' '''2',W; m_- F^ 4,e8£ 8 m.8 mm8888 nm TAT g � $oama h "8,' 7c'°'nyo°n memonamcm o mg 8z 498 °0000 7777� g _ _ 77 T 8_87.200-2 8' _ gsx1 gg 2999 '2:2 ----_ o a= ;98v77� J m 8N22g,4r4rr:22r; .22.2.2 m= ' _ , S 8„b Ry _ s3< ---- x_444 8 c g a 5� @ '8. 8°' f6�g65 PY'YY= �»�mm N gn 5 8885875 r4333gg, 1ga 947BN`•:9C FV 4 84213135287827,22 V' '''2',W; m_- F^ 4,e8£ 8 m.8 mm8888 nm a�0_ SS3S`A e£ osA 498 °0000 775 TTTT 9 g 2 _1 '172 o TN £ moN m 2� ���2 7 °gym - - '2:2 ----_ o a= ;98v77� J - 8N22g,4r4rr:22r; 04 _ , S 8„b g"::: 8885875 r4333gg, 1ga 947BN`•:9C FV 4 84213135287827,22 V' '''2',W; m_- F^ 4,e8£ 8 m.8 mm8888 nm a�0_ SS3S`A e£ 2-'< 2- 2747 4 m moN o 2 4Y4 04 _ , S 8„b ---- c 440 a 4 0E EE 55 NNA 888 88 55 554" 55 CO CO m CO v x 0 3 N 2 r 0 z n ni m m m 3 Fri z m N m A C z m N r m RED& NMI CATE CIMORIPTION DAIL DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SUMMARY OF QUANTITIES CITY of CORPUS CHRISTI TEXAS ° Department l Engineering Services MINaismith Engineering,Inc TBPE Flrm Reglstretlon No. F-000355 ao2 og PEI 22 8 RENSION NO. DATE DAIE DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS o Deportment t Engineering Services Naismith Engineering,/nc TBFE Firm Registration No. F-000355 .,D102-E0•MI. ROAD,11.•m,0.r.I,/,,,.,ce-771.,., I7 SEL710X41. 22 r1 L�J DAIE DESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS O A Oo ET, 2 O D A m O O — m0 O V � D N j D 1 r D 0= N -19 8 80 R o Z O^ E 1 0 REVISION OKIE CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MCRIPTION IMNaismith Engineering,Inc TBFE Firm Registration No. F-000355 L . � .W.,n.N., ...ate ,., �� W ..« 0 0 0 0 0 0 0000 6 �0�4 a DA» 08 0 `fir= z 5?a5 my E1 �B L RO.W. NORTH R.O.W. SOUTH RIVISON NO. DUE 1 Co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS o Department f Engineering Services MINaismith Engineering,Inc TBFE Firm Registration No. F-000355 u - 5 W. I r g La b V9'a j3 a � e 8 �o m E.' R.O.W. SOUTH RIVISON NO. DUE 1 Co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS o Department f Engineering Services MINaismith Engineering,Inc TBFE Firm Registration No. F-000355 r3 RO.W. SOUTH RENSION ND. ORE DIMCRFFORN RDASKR NO. DESCRIPTION 0 N g W z. GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS a Department 1 Engineering Services MINaismith Engineering,Tnc TBFE Firm Registration No. F-000355 • OVIINI-1101.1.0 NOIR MAPLES 10 NENERADVILD1101-7114.1. 1111.1 REDIONSIM !§ ) rg •- \ _ _ R.O.W. SOUTH \\ /\ ( ( § 114 \� R.O.W SOUTH REVISION NO. DATE DESCRIPTION REVISION NO. DESCREITION GOLLIHAR FROM WEBER R 70 STAPLESa TYPICAL(BOND 2014) STREET SECTIONS CITY of CORCHRISTI AS Deportment of J Naismith En■mn ■ Z Is ES §, > . >' f e § 5 ! - ¥ ';! . \ §> r: �} ! ` g! !j■; ; F ` #§ ! i E� 1` /f = R.O.W. SOUTH \\ /\ ( ( § 114 \� R.O.W SOUTH REVISION NO. DATE DESCRIPTION REVISION NO. DESCREITION GOLLIHAR FROM WEBER R 70 STAPLESa TYPICAL(BOND 2014) STREET SECTIONS CITY of CORCHRISTI AS Deportment of J Naismith En■mn ■ Z Is ES • H R.O.W. WEST 5 ao. og eA 5 Eq rn RENSION NO. DATE DAIE DESCRIPTION '"I- . GOLLIHAR I GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS WEBER ROAD CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services IMNaismith Engineering,/nc TBFE Firm Registration No. F-000355 MATCHLINE STA 91+60 I CALv,N 0 A• t+ O Ilio fi \� MATCHLINE STA 96+6600 r�Q -lj''Se fo WAY TABURGrt r 0 ' poi J 1 MATCHLINE STA 81+60 S.STAPLS ST. J — —J MATCHLINE STA 91+60 MATCHLINE STA 71+60 r --T-- DRIFTWOOD 8 PL. T - 1S DOLPHIN _1 18 to ---4-- —. M- ARIE ST1 II 11 11 11 1-I 11 t� •. O} oy8 x. o ;:4 q� 18 t ARMEL LPKWY. MATCHLINE STA 81+60 Z 0 S31ON A3N MATCHLINE STA 61+60 MATCHLINE STA 52+06 r--r--r--F;r_—s s__ _trT 1 l0 1 I 1 t+ooWEBROA2+00D 1 I SHEEP BS STREET LAYOUT{ J 1 , (WEBER INTERSECTION) I F-- -II L._L gym, 18 r O io kz" o m5 1 pSa 1is`3 Is t. to I _ DODY ST.1 II1 ( 1 8�g r -' HAMLIN DR. 0: L r a a To y r 1 to 1 1 MATCHLINE STA 71+60 to p5a ---I �--J--+--J--� I r--1 � 8 1 " If �1 o ,kz C to I 1 i 1 I I I --H � m 1 L L MATCHLINE STA 61+60 Is ROASCH MO DAM DESCRIFFION REVISION NO. DRIE DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SHEET KEY PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services rifiNaismith Engineering,Lic TBPE Firm Registration No. F-000355 1 117-7171 7171,- 1 p FiIII IIE9Y IIIEx illlllxl n IIIIx_111111! i-411111 I 4 I Illlls r® �xp1 1111111 1111 1111111,= =_ln Illlnnm I,n nm rr�-1mxllw 11 inn lil lmnn "T nn nn nn im inn l' 11111111 mos"LI1111111111- 11111111111® Im�nn nn nn xl ! xl Ix lx l a IIlI11N 11 111 aim ® 1111 ll I1 ®= 1111 1 -I- III I IIlI!��II ll NII n 1.1L.'r 1:. 1.1 1 ALA MI= illlllll 11 LINEN =11=11�I��I IMEI MOMh minim EMIIIIIIII111. n InI11nii IIIII111I1 = !!! xrl 11x1 !9111111111111 IIIIIIIIIIIIIIII IB 111111 ^ 111 111111 Ip. nn.rxx' /1111111 r.— 1111111111' x x m nnnm i•xrrc mem IIIA 1111111111111111 SM1AAiS LI ?-"•9IiI 1119' 1111111111111 II I v IN 111111111 NI 11111111 111111 1111111x11x- 11111 1111111 1:"�xlix 1111111111111111111 innn111111 1. - Ail .1 I11 1 1l a N 1 1 11 I 1 liiimii IN = Jim ll 1111 1.1 uWlmxln 1111 N/l_lllIIll /111111111 �A IIIIIIIIIlIl 1111 111 iiiillliiixiii °iiia ..111 m.` =.1 11nn:::•1- �- ibLfi =00® motm j IIIIIEIUIII WI IV Cal GOLLIHAR mom ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER DRAINAGE BASIN MAP allilIAlx 111111111111111111 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services IMNaismith Engineering,Inc TBPE Firm Registration No. F-000355 =9a�000��� 1 4 0 MATCH LINE STA: 52+06 (SEE CITY PROJECT NO. E13088 FOR CONTINUATION) WEBE1 SOAR' _ma=. - _ _ FRIAR 1 T CKD LITTLE E1 1 O , r A .. I ERWOOD DR 1- I r 111111111111111111111 11411111111111111111111/,■ Mill.TI e V wcP Pi II EMI MEI01 M ■ 1 I 1 1/ MARIE -- .°� .1 MATCHLINE STA 78+60 001 CO m mom COLLIHAR ROAD DX DESCR FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services IMNaismith Engineering,Inc TBPE Firm Registration No. F-00035 11.1110-001011Alt 1100 (41011114 10 0E11011,01,01112-910100 0(4110 wikn. MATCHLINE STA 76+60 DA E DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 z E:v+n-AwA....dn STAPLES 10.E.E.n=..v192-WATER SAIDA A aSE w.do 0 MATCH LINE STA: 77+00 MATCH LINE STA: 64+50 1 I 11 1 '11 II CARMEL PKWY. r McGREGOR DR. a1/o8 lit/1411109 1I� it 11 11 N N N CIP DODY ST. 11 Qw 1 0 4 O HAMLIN DR. >P> r xiq cp I �'I DRIFTWOOD PL. I DOLPHIN PL. MATCH LINE STA: 89+50 MATCH LINE STA: 77+00 MATCH LINE STA: 52+06 (SEE CITY PROJECT NO. E13088 FOR CONTINUATION) IS- CI WEBER RO MATCH LINE STA: 64+50 REASON NS DATE DESCRIPTION REASON OPE DESORPTION COLLIHAR ROAD FROM WEBER RD. ID STAPLES ST. (BOND 2014) WATER SYSTEM BASE MAP A CITY of CORPUS CHRISTI TEXAS o Deportment 1 Engineering Services Naismith Id.yEngineeringInc TBFE Firm Registration No. F-000355 m m 0 Z® REVISION NIX CATE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) WATER SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services IMNaismith Engineering,Inc TBPE Firm Registration No. F-000355 ETOIM-OONNAR IPSO (STAPLES 10 NEBTRADVIL,92-ENETIACTER STE. ROT VP .0•0 m 0 0 MATCH LINE STA: 77+00 MARIE ST. HI HI McGREGOR DR. H H ga P CARMEL PKWY. MATCH LINE STA: 89+50 MATCH LINE STA: 64+50 DODY ST. I� I HAMLIN DR. 0 O r e� I I p L VCP — DRIFTWOOD PL. DOLPHIN PL. �_02111, MATCH LINE STA: 77+00 MATCH LINE STA: 52+06 (SEE CITY PROJECT NO. E13088 FOR CONTINUATION) WEBER ROAD T OVOd dVN11109 MATCH LINE STA: 64+50 REVISION DO. CATE DESCRIPTION RESMON DESCRIPTION COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) WASTEWATER SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 s =Aims-cwuxw ROAD Cmwv,n.ISE✓Prx.,nm-umrnx nm. ra WRAF S Z® PERSON AO. RDAS. MO. DAM DESCRIPTOR COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) WASTEWATER SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Liks Engineering,Inc TBPE Firm Registration No. F-000355 L MATCH LINE STA: 77+00 _ Ali MARIE T. nI J� it McGR IErGOR DR. T1 �1 aVoa aVHI11O9 ARMEL KWY_ MATCH LINE STA: 89+50 MATCH LINE STA: 64+50 ij I RI jl DODY Bt. -1 Th I� I� �I s HAMLIN(DR. � I DROFTVIIOOD PL. • DOLPHIIJ PL. IJ IJ MATCH LINE LINE STA: 77+00 MATCH LINE STA: 52+06 (SEE CITY PROJECT NO. E13088 FOR CONTINUATION) WEBE ROAD o„__ .5_ avoa aVHI11O9 jrj MATCH LINE STA: 64+50 IEVISION NO. ',DAMN NO CATI OISCRIFTION g g co -�o L b GOLLIHAR ROAD FROM WEBER RD. ID STAPLES ST. (BOND 2014) NATURAL GAS SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services Naismith Engineering,Llc TBFE Firm Registration No. F-000355 L 0 AMP -E.1.11 TO MIEMENIADIPP-MIM PPS SRO. BPS WPM F m 0 4?4 i/ i ,* 89%, ggg / 99 99 REPSION ND. MCRIPTICH REPSIDN NO. DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) NATURAL GAS SYSTEM BASE MAP CITY of CORPUS CHRISTI TEXAS a Department 1 Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 W-nwuxR m WM.. ro MCW W10V1w-zxewrtnez m vsno GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PERTINENT ENVIRONMENTAL SITE MAP A CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services IMNaismith Engineering,Inc TBPE Firm Registration No. F-000355 0 O 5.3 0 838NflN 3808 r m mm Nz V)� •n• F,,m N a zql v> z m z E� - NOIld1210S30 S3IVNI0d000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 fi 0 0 0 0 0 0 0 0 0 0 0 8Aa OUB`0 61 04 at BNS 8°7 8°7 8 off „s F,3 mF oS p �� ago ago aB =fig r•s � RFs 25S � F o�g a MATCH LINE STAT 52+06 (SEE CITY PROJECT NO. E13088 FOR CONTINUATION) MATCH LINE STAT 65+00 REVISION NO. DATE DESCRIPTION REVISION COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PROJECT LAYOUT & BASELINE MAP — GOLLIHAR gt CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TOPE Flrm Reglstrtl on No. F-000355 1 00 Ri96 D I - Se 0 G v III 0 \ \ v 0 -1 I_ H 0 0 H 0 I 00 0 0 I R.O.W. 7 E PND CENTER ROAD 0 0 MATCH LINE STAT 65+00 REVISION NO. DATE DESCRIPTION REVISION COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PROJECT LAYOUT & BASELINE MAP — GOLLIHAR gt CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TOPE Flrm Reglstrtl on No. F-000355 1 >11011A 30 Siwl rl 0 0 0 0 2,13ewnN 3aoe 3=m ti 0 6 mzm mz N � 1 ciPT mzm p1 MATCH LINE STAT 65+00 0 0 0 0 0 00 0 0 0 0 g>$ o$ o o 9N Sad 005 S o pU� o_ 6 s'c ov� moo o� m s"' o i�g n� m= n� n�� nd= ndo n4 $�= n�# n n"Eo MATCH LINE STAT 78+00 RDASION NO. DATE DAIE DESCRIPTION U) 8 CO LO 8 . GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PROJECT LAYOUT & BASELINE MAP - GOLLIHAR ems CITY of CORPUS CHRISTI TEXAS o Deportment t Engineering Services Naismith Engineering,/nc TBPE Firm Registration No. F-000355 Z9•99101-1.9.90, 1.9.• ,N1.96 NIKIN`909 ,11192-9100.EN1 VIM BROWNE ND .0.1i ®0 2 o � 2 8 1 m m 0 m 1391Alf1N 3E108 0 m < xm P,2„ z D mm m MATCH LINE STAT 78+00 NOLLdI OS30 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S31b'NI021003 0 0 0 0 0 0 0 0 0 0 ARMEL PKWY. 0 0 MATCH LINE STAT 91+00 RENSION NO. OPIE INMCRIPTION RONSON NO CATI OISCRIFOON L GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PROJECT LAYOUT & BASELINE MAP - GOLLIHAR CITY of CORPUS CHRISTI TEXAS a Department 1 Engineering Services MINaismith Engineeringlnc TBPE Firm Registration No. F-000355 iND102-EOLUMN ROAD MINIM 10 RIBIO,Chil,01•2 PROJECT LAROul WORE wiR.ORE 0 0 2139Wf1N 32109 ti � I nm � mm — Nz, t MATCH LINE STAT 91+00 20 ROW 18; A NOIld1210S30 S31VNI021000 0 CALVIN DR. 0 MATCH LINE STAT 93+00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ms ^' - Ng g 61,k iga0.$ rq RINSCH MD. DAM DESCRIPTOR REVISOR 14. DA E DIMORFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PROJECT LAYOUT & BASELINE MAP — GOLLIHAR CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 " Z,011:11-110uki. 111. ,ITANIS 1111101,,V11,910-1.11,-.0•4 �qp MATCHLINE STA 52+06 a (SEE CITY PROJECT NO E13088=99' FOR CONTINUATION) 9 T Wi r •. fit = 11141 //O,�''"71 MATCHLINE STA 62+23 ao IA MATCHLINE STA 57+06 RINSCH 111,. 110/61011 NUE 7D 0 e LO 6 ,72 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 z MATCHLINE STA 67+40 ( 1 MATCHLINE STA 62+23 2. } Ern § §aPRI ■ q \ ( 31 | IFTWOOD PL. dg ST. (\ �s STA 72+57 & ( § * MATCHLINE STA 67 A; / REVISION NO. DATE DESCRIPTION RESSION NO. DESCROTION GOLLIHAR FROM WEBER RD. 70 STAPLESa (BOND 2014) DEMOLITION mN CITY of CORCHRISTI __,.AS w Services J Naismith En■mn ■ TBPE Firm Registration No. F-000355 Z v.rn-eourra NW) MAP. 70 RIBEfO,0,11702-0INO-N.DRO MATCHLINE STA 77+74 MATCHLINE STA 72+57 MATCHLINE STA 82+50 MATCHLINE STA 77+74 RDASION NO. DATE DAIE DESCRIPTION Co ge a GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department f Engineering Services rifiNaismith Engineering,Lic TBPE Firm Registration No. F-000355 MATCHLINE STA 88+07 MATCHLINE STA 82+90 82 as Nig t7.141 � co B� tili b 5_T_ _���m m€ 1 MATCHLINE STA 93+10 $gni N'� ,.. n�! "7I;4 MATCHLINE STA 88+07 2® a REVISION NO. DATE DESCRIPTION REARMS DEMETRIOS GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 RDASON MO DESCRIFFION REVISION NO. DMZ DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department f Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 1 0 Z.112-001.1..1 ROAD (.1.1.19 70 RIDER,,N11,1102-71.1TIC COMM*. IkAILDRS SITE PREPARATION & DEMOLITION OAD SHALL BE OPENED TO TWO-WAY TRAFFIC ON EXISTING 0133tli11- 130N3f 2S rn 01AAVH1 - II 30N3f 2S (SOUTHERN SECTION OF GOLLIHAR ROAD) *SET UP TRAFFIC CONTROLS FOR PHASE 2, WORK ZONE 2 !;§i!; § \ /\/\ SEQUENCE III -CONSTRUCTION (UTILITIES & ROADWAY) SEQUENCE III - SITE PREPARATION & DEMOLITION SUGGESTED SEQUENCE OF WORK REVISION NT DAIL DESORPTION RENSION MD. DATE DESCRIPTION LIHAR ROAD FROM WEBER (BONDRD. TO was TRAFFIC CONTROLmN- CONSTRUCTI ON SEQ_c OF WORK A CITY of CORPUS CHRISTI TEXAS Department _Services Naismith ■gmeed.imc TBPE Firm Registration No. F-000355 RMS. MD DATE DESCRIPTOR REVISOR HI CATE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN — CONSTRUCTION SEQUENCE OF WORK CITY of CORPUS CHRISTI TEXAS o Department f Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 • .4.04u. ROAD 151.13 10 oNE1044.14-14.1NROASNI 17: lg 0 Z .0 ie. q ,F,FV17.1,,E.:1,\,,,,i",,,,<ei:‘,11,.c,;4,7,1,0R,ar; a m m 0. P 0 rElill-gb =II '44, m 1q2I. WA gll ',2•1: iLli ,‹ ....- , 1 '42. ,,,:i.' 1 x - g L x - x x x , \ -1 I \ / ' \ t i• o , , I \ , , a> m 0 \ n <=•=.—L.=•=•.\ '''*''. ' ' Ck%. -AN*, — 1/1 N P g I. 1. . , .. .. . 0 to m o e \\\ , r t." , S, . glAqNirkiiPq "1"7-exas 13e, TRAFFIC LONG TERM MULTILANE C .,,,gs,.--,!,,,.- #._ ,,2. 5E 5 7 iR .,,. .1 -,14,7, - < -T ,? i 2.-‘3F,,2,'?•,-8,si,x,tsi. .4-,,l, RMS. NO DATE RR DESMORRON Km. ND DATE Sy LO GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) Ai CITY of CORPUS CHRISTI TEXAS Department of Engineering Services WI Naismith Engineering,Inc --,<7.: (0:VZ''''"' 11,=.1. Z !!! :a TXDOT - TRAFFIC CONTROL PLAN LONG TERM LANE CLOSURES MULTILANE CONVENTIONAL RDS. TBPE FIrm RegstratIon No F-000355 MAO ,[1.1.13. •1301,11/11,011.-11NITIG PLAILLOS m z m 01 D z O 1 m N D m 2 D N N oaf GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN — GENERAL NOTES CITY of CORPUS CHRISTI TEXAS Department f Engineering aernaes Naismith EngineeringLic TBPE Flim Registration No. F-000355 .:w,..-coum...dn m...: ro...RnRII.1R-.w. ro M.* w...•3 MATCHLINE STA 85+00 0 80 88 0 0 0 MATCHLINE STA 85+00 REVISION NO. DESCRIPTOR REVSION NO. DESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) ADVANCED WARNING PLAN (1 OF 1) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 L .:w,..-coum...dn m...: ro...RnRII.1v-.w. ro M.* w...•3 REVISION NO. DESCRIPTOR REVSION NO. DESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) BLANK SHEET CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 L R,�B'" nn _ 3a v"i�u nn R,'F_,�-'-', E sQ _"'�"0 n °e fix ' q°€ —3R _£^£ _ m^de � ny - o— '$ o" _ _ 'n zsy a°c� "on -`fin nn �nqO" u g o�3S� SaBF e n 3R'°..a �_ soJp = - oR3 o� neRnw =qn go 3 _ r'm n63 n°p . ° D o g .. z y TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMU TRAFFIC ENGINEERING STANDARD SHEETS ROADWAY DESIGN MANUAL - SEE "MANUALS (ONUNE MANUAI STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) THE DOCUMENTS BELOW CAN BE FOUND ON-LINE P http://W W W.t<dot.gov COMPUANT WORK ZONE TRAFFIC CONTROL DEN/ICES UST (CWT oB _ nK 333 'akere on foot who are exposed to traffic cr to ccastruction equipmen rithin the right—of—way shall wear high—visibility safety apparel meeting Fe requirements of ISEA "American National Standard for High—Atisiblit' EEparel" labeled as PN51 107-2004 standard performance for Class 2 isk exposure. Class 3 garments should be censidered for high traffic rolume work areas or night time work. WORKER SAFETY APPAREL NOTES: E l 9e co i A ; e Z D 4{9 5 `• _ —. :. ~ w ^ o m o AND CONSTRUCTION ERAL NOTES 2EQUIREMENTS C 1 —13 moo vim a azar a=" N RINSCHB" OBIE m DISCRIPBOX E o�.o,a« simmT 38 of 199 RECORD ORWWS N0. STR 891 COT PM.00T J E11087 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services }M Naismith EngineeringInceq" F..E. .`s.. CONSULTANTS SHEET PROJECT NO. 9191 BARRICADE AND CONSTRUCTION — GENERAL NOTES AND REQUIREMENTS TBFE Fo-m Reglstratlon No. F-000355 _.,.,.t..1. ,SOU, ,..ra„ ..,.,.2-,11,...IDDr CONSI.UCT.»ZOS Pial. nn: TitaiirthEFIFYfrS;;ME":"Erin5:4'1711:" �\ 4 RI " " m 'HI orN6 ♦• i � b 31l -. : gliSu$a gs 3 8 -ST Isl$s 5&iA 0 g R i iii& '� R m�'e 1$i.Qa ggs ;6 . ��R �$ 4: ��s _/D ag -6 a i �9.��� 183 i1( Ii Illhi / o eg(n s 1IN CSJ LIMITS >.. <>111-111 MOAT 3 k . a $asg 3545 y 3 e $9; gg� q R�$ g3Rk8$ 8 g / 8e. . pi# 0 m '27 li,li ill -/ w Xow aSg LAYOUT OF SIGNING FOR x"$ g n gsna9g '1'113 O$ i5 "---4P^ll $s>�® $4QpF�g$ gag \ T F 3 . g, m e l Sxg a _ & 0 7GD 0 O 11 w© 6 y��r 86gp5 alit l- z :f f $ a CSJ LIMITS © -9ry zo _ 1 �H Y9 0 a 9Ce4 ene �$'- $ d4 tl $ 4: 1'k " e�, 5 ,g5 $�s K ilii g i 4 ig g.�� 3 gni I6e 3' 46 / !"gg$ - :, g "g g g 1$ I 1 " z ag R ngi d $ g. "i 1- g Y' 1 off 3 1 1� m `W It 5 _ R g N 0I' 9y ;gi � M a S; o-0 m gga n fk 0 1 • ?$ r r- Eg Et b n oz tgi eq1 gp ? 11 z g61 A1gN yn s. a m'3s' aega.g - 2 .. 9 i x §'§ x5 @ 0 W Z v ,'as �� ;g g S $ �g € H ff -ff g x$ NOUSU'd ?n SU'6 a R$ e -1 W., ...., .. o .0.1§0 Z asci RINSCH 110. O. BY DUEo�.°,a« srRer 39 or 199 RECORD ORWAS N0. STR 891 CITY PROJECT) El 1087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.it, (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services El }M Naismith Engineering,InC ..�v .1uaa.Fp."�` „ x g e It BARRICADE AND CONSTRUCTION — PROJECT LIMIT STANDARD TBFE Firm Registration No. F-000355 P2\a.� t« 7 ....... 2+ C#/R yw 4R! §/\R@e ® |� \ /, / k t1 La ,§= §(,3,______--)--,5- P.. m, o «= _j 1� @ A| -I- rhy14plaats .Hewy wren spree :ane 941m914nbnli:t1knar mnr;1y kr section. 4f construconstruction1444411 mpana 294124ary ear( zone speed limit signs shall be placed on supports at a l foot minimum smnt'n9 hegM1t. seed zone signs are illustrated for ane d eet4n of back and are normally posted m each direction ori back. eymcy of .ark zone speed limit signs should he: 40 mpM1 and gaster 0 2 t4 2 miles 35 mph and less 0.2 to I mie egulatary speed Knit signs shall have black legend and border m a white reflective a &ground (See 'Reflective Sheetng" on 13C(4)). 421144101, section and mcintononee of pie -ADVANCE SPEED u211(cwl-5)2gn, 40R9 0091(020-5.P) plague and the 'SPEED 11211072-I)algns shall Oat be pap kr irecay, but shall be considered subsidiary to Item 502 ming . flO Rm wn, lasfi9 sig. aver sur d4sn 11 shat be al14.ed, un-." �ms.ix noted unds'RENOwNC OR CO�ERINC on BC(4). erhniquea that may hap reduce traffic speeds include but are net limited to: z Law mfarcnnmL I. Flagg& stationed next 44 sign. '.. Portable tllmgeable message sign (PC2S). Ion -pa.& (cane) rarer transmitter. I. Speed monitor balsa or aims. weds shown on deta4s above are for ilusbatim only. fork lane Speed Limas should only he pasted as approved red each project. mee speeific guidance eencanh9 the iqe of wok, work zone rens 4nd fo4tmw 0114 g 004able a 1lat0ry conaWcti 4 speed m. 1.440114 see rx2or farm alm4 m m. &mor.-fohm system. OF WORK ZONE SPEED LIMIT SIGNS 0y, eatablianed in accoralmce .nth the 'Prac.a2ree far Establishing 541990 Zones, 1441101 Cmmissi0n, m by City 01414410. 241as .12111 11141414144.0 city Omits. uld only be posted in the vicinity lot throughout the entire project. rk zone speed signs (R2-1) shall be removed during periods when they are not needed. |� Eg f ; % za. !§§ !\ |� 09# _)� `i | { v _!, )i )E AND CONSTRUCTION ZONE SPEED LIMIT BC�3)-13 '7.,;:°':;e1°""` mor Is rmr& red | § ` 1I I Pi « E. ' ' p |I » « I . |0 " pp. DUE 06CRPT. SHEET 40 ai 199 RECORD MIMIC NO STR 891 Cm PROJECT I E1 nal GOLLIHAR D , e + TO m� S ST. Am 2014) -• CITY of CORPUS _. g;w�r� El Naismith � ZDeportment__ (; " _ s AND CONSTRUCTION -gmn■ o LIMITmmm Firm Z,2122 -E01.1.11111. (SOUS lO CONSIRLICTINDES i!1T/r� ,g g�'9it,F1' .8 y dg i1T/ �[• d.H a•EE �sXg�a •a riaara 11X �X q B �n ag.Ea sag o Rd 1.- giInf s :4x. gid ase a TYPICAL MINIMUM CLEARANCES FOR LONG TEF WOAD ROAD BOWS NOM MEAD AWE a ma. € am �-r Nm n x Madder 0� min poria xm moamm a romp vans, t V:=211:": p: imaaa mni xa api xOT m: pmm upm ram x m pays m ppm a aaiyp apms mry ams p m Sypemimi pot's (m.'vY o anbn� ams pt o k- ,,1 -pi a:e g.g > ,9F o , 6 6cP FyR ifT g. if it 9$d` 5. NY ,„:$,,,u; �,r�"$a 43,R syd'^YH" �y 3j 8• �s�9d'�$9 2 � R5$� 8 .�'P d ¢ 9., 9 my v 173 dn5g� o §$ Y 4 ' 0;- N/ q -�.�' 3964 $ 4� 'q qqs```ggq g$ R fl gsQs ni .10 8¢ �$. 4' qqg H d s�gw"ReRR o- Gg g"oR�o '- Ysa„.des N oso v=11 74, an ease` ��.�sEx �.�S�E y =E RaF Ili la C�q gg92 a" yR/ $'y 4'9R s �y6. aE_•r}4� $}eg3'gK�F�R�de•&a;$E¢�.�•'.¢8�y§d-s ,§aS�u�"• .. pp iJiii11i1iI1i}i111 s3 Es Es§ 4H gA 4.'�8�9u�'Q}n 9 �gg y3y g. 3�3s R6 ¢ 3E R d-��$ {{�$ R tls g 4 8�a8 ?g R a.R &aa S sS 6 $ g d4: .•fi ��1�fi.'9dVgR`� �•�¢�Rix�g•E-•g$ A9¢�9gS. �$gq6e�S ia�a!s9Ag}=4nSyS942H$��3CC?. �$4g33a$$6H$r d$ as Pg g . a p3 4H 9H 41458 $ 33f 'ie EF C^ 36 8 AHR9$ 5 a �E♦j� dR yySgR dg€6 " i ee q dR9 9�ne��9gg6y���=a �93�SYnH� 9 9 q $ r= �3 a5 Ipqs a4 sQ �R2�'g nY�as33�g'BS¢��Cg.oaE. •_ g� R 66 .a m )µ .63 Hp�u �g'. E6.[ 4n$�x {':a �R��5RRRa"$�6qd$�?gg4���9$z`F6^g: ��ssS2R9'�3,ppE�"��YnSs. @�N��¢Ss $�••.4� 4 4.i i458g R �igFE,. = - 8ggg e 8. 5. $6 ^ � .'-99Ae R;3 i .neg"E' ��r sd sYegd"E R"g'"9n¢`E�335�55is'�'�P�^.e3i3S=�„ �¢y¢s_s3$aa$gfi$ 3?g6_gq'�&ai p'Ps ¢B•� R �€ .- 3.�.R g X43 $ a a - E # a E a ¢ rs 8 g 4-4yg�6•�4�.��e��ry'R5Y”"ga :III 111 4'�"d: •.$.( f$R p•L. IIFR•z Ea Fl. 6'$ g39pp% R. 9 gF¢n3 kg d� §. �.§c ^`g 9 6: S a gg .'. sag F $SFH$ � - g"e.B s $ gasp •RS€'$9€ :.ER=Es$eifi4"5s �5�4F¢$ ��4-R2�6.6R4�eyH24R �5•r2yyx�gF6bR6gg�33Y3a2 �8's�ga'��}V¢x�Z•g'a,6�.L44g��g`3�grd 8yF33a.Y g�.ag6g^$�ggF$ yy $",g 9E. pg s �R3 4^3fiS $s !! 4a3.g �a'x$ 511 g44..:1 $ gia a_g",S�a. 2 Ri 5agte� $ ga $Esg}gg s 9 oBpszm 4 _'Le! BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC( 4)-1 3 ©Tory> :V"t" mp_ia,m .aa.,em 1 i 1414 TTi 11 g B 4 e. R 4 aes s y R. ff y. si - 9s g 9se s g 8 'q 5. E a3dsg �6 5s "5; a i F 1Xi e 1 5 a % H.`Y3d 4 $. is $3" F Rg6' 3 6$ k p R 6 s a m=e aa4 c a; ¢ 8 4 . �. RINSCH 110. O. BY BROAD DUE o6¢4e,a« 94E 47 of 799 I WO ORWAS NO. STR 891 CITY PROJECT 1 El 1087 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI Deportment of Engseering seNi�es El r�r� �5 }h Naismith EngineeringTEXA,InC��\oiie'q�=" �Ih ,,,�„L 5 i g 5 BARRICADE AND CONSTRUCTION - TEMPORARY SIGN NOTE STANDARD TBPE Firm reg strat on No. F-000355 aIl s Iia . 1 -s - pp �: a ; K) A 83 C o Aga .4 .. «m see ,,,.... front 1 SIGN SUI M gg •—• mfav cn D� c y cn m c 1cn g� 'q 2D / da\ 6-� gig: j; LL EE ?.a WI g\ lags E. Z G Lallte Z . p. o i/• .' gg a N 9 '¢ E qV WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS O- 0$ e=sav ULj I xg xxxx ss -te a 1 �aLL 'a BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT 7).0,=2;32_ mm_ BC(5)t 13 " r as-I.w�_ 1 �m ml1.._mT_w,T T ®ImT mmm�_ �I a7-0 41 OTHER DESIGNS MORE DETAILS OF APPROYEll LONCANTERI.nIA,E AND glom- DIE Marco UST. SEE acro FOGN sTE LOCATION. GENERAL NOTES I. Ms may he me.. the assembly al wooden Mon log we. nut he used cm mery jobl Iv Mal Re mere Mal 1 pools shol m placed .Ian a 1 Mel MRSaeNa1 N earpele6 al WI eNpale pa eanoserea mead, to Hee ❑ Le eq,) ...Om al 'aae Cunem.' k Need tho pus Nun a one plem salmla a NOT be alas. Pats shol be mm mem we. Mr mm A plgi mmeam ea " ma 9Paw 4 amen. SHEET 5 OF 12 m �9. + aaIa a; R E%¢r z D ii RINSCH 110. DESCRIMU REYSIOX DUE —1 co D €_ GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) BARRICADE AND CONSTRUCTION — TYPICAL SIGN SUPPORT STANDARD CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 z ..,.,.2—..1. (SOUS ro..an V1,.,.2-,11,...IDDr CONSIwnINDES ' �jQ 7 gd r$»: _ 5 $ s»s _ 9-41" -a" g"i • 9 ... ft Rfi 5� ;<R ,-4- = sfiggi a s5 i99$$qq^^ B RRa 3 s eee se ^8 . §v9m�€ f�. �' S x _ a._ IE ss g x = S i ea s:$Wgesze}e•el:'x•7•�•• .- 41 6-r' 3;a ? a a` aeaf s "s aa' yy V:9q'. g g_e_ g,=E_ 9} ��¢7e gae� 61 R3eg Y CC6'}$a•__ Y �S•�pp9 3 E§�45"gg �R� 3w}� (''3 R�gss 9gY8 �aR-RY-,,}^}yy >:� §s,`�aa g !:^" Y¢psa••gx yr g5 gsRJg 2 '$a. g .e� Rai �Yp. �s° �: Rr "3•___ }g 5 tae: x8 e•g9 cP z In Ro R. s w i R e$ RA � 'r3 :fS' R gRr7�N.1 •� 3.$a'.,�'C G 5, e 55E mqg - m m g " RS m%B m 1 4 .}. s ga3 4 5 a6 $-s9'z B Y 5-'A 38sa' R ie f�4R [g 33 y • 3g2 fitmp 9R9 9 66 ��$S 4.a 4��g eQ��R5a6$3' a6 '• �m s 3- 4 !!RY! 1 - 3g ^9d'- I 9 RLp 4 5.14 Jga_ ..a�•<d 1 giggr �'}6ega i-gg i ' 1' RRR ?gRRy 0 ' �d 3sa 3 : C' R•• ;” 1 $ w pm II{{5$ Aim s� S"� } $e8 8•i.Rg g'g 'yr �$ 9 6' s pg gg $ 8 '_.9� SSy� 6 1R q $z; 9y SFr 9 e ¢ 4„ -ST N $ Yg: §! $ •s £� RgBs& s a"i a 8= g a_ ���a�. 6 i@. E 1 3i �g g p,3, 2 34 BQ 9 4�.!4'�82332 iX _ z RE pp.q-'^"Zg1 8-i_: !R5�4 eZ 992 'g �� i i n• 9 99 R 9 R 3 m ns Y 2 F 3 ?9099 @ ' 6dg5�=�z }�9 `s gK .4 01 BgsS _ 2 2 i$5 �B„ 1-g B^� s- FBx $x» B" 551 obi 4Bx �� � o z Bom m ;- - m n o PCMS SIGNS WITHIN THI CONCRETE BARRIER PLASTIC DRUMS PL UPSTREAM SIDE OF OF TRAFFIC. WHEN ES 1 BE PLACED 441H ONE D g A$ x " I 3 2 R g. 4' H 44 c 3%3 a/11 i n A '3^ :96 :gym g m % V)y• 3 o p s g I R omm�� gi 4 P=: = am $ s 9 y s i s Bnvif ��� Tog_ o4�>2.m aqs l5 : K m "%=b o� :S`= :fir, a§ =9p _ ko i2 "`n R. R BEHIND GUARDRAIL OR MINIMUM OF FOUR (4) 4R TO TRAFFIC ON THE %POSED TO ONE DIRECTIC Y TRAFFIC, THE FOUR DR F THE FOUR CORNERS 01 0 9 3 _ o 9 i x a - s ins Ro'�g $ ul? 66 AIDS "a� Siy i x�B ;Bm �x m ��s Qa= �� �N �x� m p - i = [n R. s g gaff QQg e» &RRF3 � a66 58 inaz o ��0 a ' M Qa =•si o xes _:si T- F. R =m i m 3 C 59 8&6k Q9 aggE RR In O z D. n r pz� — 6 n O oe I N o ED nms n m � � m D m En 8 B ,,} of in n o 2 r — I I z P y o z z m g 8� Q I a IT "g o zRINSCH aa;. a'a X0. O. BY OISCRIPTGOLLIHAR BROAD DUE o�Eo,a« sHEEr 43 or 199 RECORD IMMO NO STR 891 COY PROJECT) E1 1087 FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI Department of Engseering Services r�r� }h Naismith EngineeringTEXA,InC�I��\oiie'q�=" ,,,�„�L 8 i g 8 BARRICADE AND CONSTRUCTION - PORTABLE CHANGEABLE MESSAGE SIGN TBPE Firm Registration No. F-000355 R•� 5 $�' 1n eE E1 �E Rgg. Xod�R kQSX@ . Fo¢2�al e3 9 .g$, ''vR�g3���aS�Sg dsy�F53 0 g8i� Oa M,M � �i• !fig $e• e. 4. 'a. - a{"` {� . r Si<3 a fFair}•eH5Hg 999m �� dg g.fie g3. $ �3' g 5gR aB. 7• ppx g=R .g� FC 'Sg��HQa 7a. der 8^H Iii5 F$9 R. r,F'R R$ 5 a " !JJ 5 F •e fi, H- f ,,.. Nr•- ��'$��• :4 v•9• He'a.�.P;g.o o c9fi$'c sH Sd 939g'F a3c g 3geag' 3 R•6iRgEsa 0 HF" u 9g.E pkgg�33 g"'ggg' i a.EF f . i �g�c F g g$,r�g�s z$.HV F�•9�3 FA ani•€ 0 qq-$HFogS c ¢ F39'C g a$Fg¢gH 8933 Rg .v .a ° �$' $•.•Hg�'H a a sre gxs • 9 B HY1. ��$q cFP ssa H5 : n m 8 EmH35a x�E$g�8¢a' eHy } eix 5 Y9. DA `- A 3 a S-g g5 Hae@�.g � 8 g9._ Sa• T n P i $ R rs ygs5� agyy� � [� s E $ i g aHBee3 ~ ¢ c O a 9$ T m I i e € Hcfi l ¢� o z O m m y y F D l / � m a ���R g5?;x 8i y `, 5d : � 1: lit s d p, !iv! \ gg .°a! ��\, g av r ea £ gH �.^ o R. gr., 1' @ 6 9 21 1.25' a -g 2� x$sQya��?R g galls �E„"'ssao 0 9e�e a R_ gEFq 5 jeII .H HZ F.8 .R�i Eg E� ER AND ATTENUATORS END TREATMENTS FOR CTB'S USED IN WORK ZONES End trentrnala owl on Ma voric am, shod mod ameba, stab. of demi Pe Mond sd agsa. NRrtry Rom. Rep. 550. Rab m the MOM Lidb apocl end Wan.. and madocturera. DELINEAl1ON OF END TREATMENTS o � 1s 4 S _ a $11. ? a: c5 a V.111 xa '(( ,.e o s s "� s s�:�'9-9F"29919 3. 9 3."'•Fg g • • 'F"• 9 ill R Fn3$E qa •�§gt5 • a`s` C98 3` g9c5 g.}¢s g•;.E s FLASHII y Bz P€ i4 c F, - uf3 aA .§� gg�335 u'g Fii§ 1 ,g:�.59^Fg: • •'i' fig] E 4igR • • :6BFy g= 'g�egg 4 $yE•Y gRe ��Efr9xge wt.i•g 9gF9 iag xd$ ;.1 15 - . K 'i hi _xyga a3 gF $.�. : EBx,REgxR•'1s 593.�H S[$"@4 ag H F REQ$ gR sig gaegxFE 3 �l e��g�s$3..8 fix= [a [s R '�d x > x age ' 4 •5 'se H: l=¢Heiff J LI 'Bg m i? O xl \�E . m p y$ 'R y�g g fag R9#�ge g Ag� 9E' R 5 9 9gH •• •• 4 ••••• F§ i••g9@ i_e ap SF8 iia ADE AND CONSTRUCTION N PANEL, REFLECTORS, 3 LIGHTS & ATTENUATOR BC1-71'" 13r. id marl1_It MGT m sauna 8 IM v, N N $-m� 4 4 Rfi 4• 5 R mQoo of >4 g49 n E gg QQ� rP - • qlitit 2' . r r Br DISCRIPBGOLLIHAR oROADv DUE�¢� sniff 44 oT 199 I WO ORMWS N0. STR 891 OILY P00107 / 011087 FROM WEBER RD. TO STAPLES ST. (BOND 2014) R -7...3 CITY of CORPUS CHRISTI TEXA Department of Engseering services Naismith�I EngineeringInc \oiie'q�=" ,,,m,.„7L i g It '� BARRICADE AND CONSTRUCTION - CHANNELING DEVICE STANDARD TBFE Firm registration No. F-000355 Z,2122 -E01.1.11111. (SOUS lO CONSIRLICTINDES V 3E�Hr'@ k�q-q Hsa;9� H @sa H Ss�@- '"iiH �'���•geE��E6�ns.3€n gES�$cFa'�. 9=ad� grss R gg: '3". s f gE6a gg L _ �• 4$ �•'. §s •5 do !° li ¢'H ds E��e g H =VH °'6 Cg an 6 9 • d a LAP; 8 B s%�R II 5 w R a- — m C C3 sx•o: g 3 � R��R gH SrE% $$�Rd ��.3 $'s HEE g&�•; � H.iEs R �Ega eyFH i9'°. 34 5$�s g3' �4� . ig5 yg4 gVg g4 9��a �n�•4 'g'R $� �R$ R ya.1 g_ ssR_€.m � EB�3eE4 Rg�g •F�39.yn^�. 3g 5.���� � R�.E R!3E 4ES. E"a����aE "RRHR�$R3 }E"Q�R�amdE �.gans9s $;.E�-���qHn R RRHH g.g ;3 gs ;! yy . 4.54 �e 3a i g s$F4HEk E� e6.€so� �;H �o • �(p"a,� g- is?�. �S�SS 3 a°. H 'E R6"d3¢'•Rgg ,i,i aR°=a5g� aH'9?&aa3 s'�R is a �. fig-: $R$ r m 4�fl g P 9[ 9 ¢a 3 G ^ 'S Mg dgp"qg n 4 � ge�s^ ��'9699(7 Y d4. ga6y. a r���R} ERESge S'�:�.�e��s§§� g xe¢aH ga��?y �a9in�e�� .6 =66 / 9 aR 99 � g �._^..�y° �,6 ER k'�S p� 9 92' P> a�� ¢S °�§E-933 ?i gg Q�a^a 94 `;`9{R 5gg $I 9E° E"R g8�= e � a • s 1Ig E E 4 a dsR�usE 9 4 x 33Rig =. \ 'I 9 9 $ LgS p�§9A3 9s i•y R aR @a�g; \ a 1 : g 1 x.mn g E �[ 6§ E# g35R R g$e `9 E' F: 3 R S 'E 1 ar.. iR9a SY �$s • His VE R9R . R 54111E R `k ■ 1 li iii il -- w Ras �RH R�csg¢se�RQER s H M sF asa=$i HFeg}a offs / `s[ 43.5E s'a!$•. °6e5$ ¢€3�YY& qq��;9 n l 1. E.^ 4�9Re€ER aygo• s; $sg }} R�e3�y g�R. 53� ssg s'F aaa' g• ( e@9• Rg4geCRE o w T o vm, _ `�I �= 1.I / , S_A .�n� -x " r. rill 5.gi S V g rtE9�s p gEE E> a Z 9� e9E9 4 ;m Xga 1. War if Caa ggii g D 2P, 2. O [y gg3 `[ 9S3u9 �R " 3Rn R�E 6g x u€ $¢94 '} �° nQ 9e �v X3 'gXge R,y 8 'r R8 g ^8� Z co fn �3g E349n 9'� eeg�g �e gags .R j °S gc FHF �a mE' C=^ �$$ V H3i3:Y 9s a nS1 po S4'a i g N Z B p O $ 9 9eH nq6¢' s1i Vg$a FIR Be �R ya c oqq H�R 49 $gy —I a 94 W Om t9il mmi n B g z as a= �s 49 g� -F� � E R;£g8 - 2= N sH ° 11.W Rj RINSCHX0. O. m oROAD� E o�Rr7a« spEET 45 of 199 RECORD ORWAS ND STR 891 COT PROJECT 1 E110187 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) -.7..g. CITY of CORPUS CHRISTI TEXAS Department of Engineering Services }M\"11� Naismith Engineering,InC"�`�"`eq` F..E., `,• CONSULTANTS SHEET PROJECT NO. 9191 BARRICADE AND CONSTRUCTION - CHANNELING DEVICE STANDARD TBFE Fo-m Reglstretlon No. F-000355 ' 111/1010I■EaE�"T4 _ I— 7-'t g TT I'i/"1" BXX^Ep / / 8 o i F °r so; i !r • D m D z 9 H- $iR 0 apm Ei E Ne9E Sg m g A .�fi� �YD"4y�Q3 ' o o `- 4.gE° a?� R g"E N k"$33'dfi.'3.�EyyE¢RyyBR @q 4�aEnE;X�' 6,3 a??a9 �3.n$ as e$ 9FUuEmfi R@E g? N EES^ygy �R^ m o st;a4 at $aal./ � g fi a 'ia :.E EE. $.� SEl! �� T ¢! $g 's !I � a 44 lgg�g`g31 tgEggss,E gg gg aSSgyey� E¢g sd ° nR [ @ E rP. m.. y & i Il°511'i E MOD D D; �R�=��s�g� 1E;gq11rs l' '413 s o1 I 5 g. E 5f 1 c3 ala p49 a4 .lii 1W:. g@E. EaE E $ 5R3 aFF% 9p3'4 �`, �' E¢$ E P a; E"� rx �� �] o Z r7 Z s A f A o II I9IS 33 E9 n I te it. 1s@gg@ P@g g§ Yg.. '�'} t a "Exys Eq E9��jd9ng'fi R �.§R$!^''sig e9Ea§ n 66D S�§99 u_s y$'R4$Rg¢ Li. gEe i= E@ $€ agy � ;g ngg alj.� fls$ g'a E e 6. @$'@s°$ H E.S i5 il ' E� 9a i al a$ i ^ € i § @� R o �A �m r 2 - a�$°�5ga$ i ¢4..1 }q g z Y 3®s$s. Ea� vyEyfi$gy m e $ igle'R $ I; � �Sggy sx s""g;a gxg g��ssme I. a@e. m A D —E x ' .E � Ra gg EPE F @R 9= EE� e�R 9 &&Es 9 $p ff 9@n 5 $€ ¢¢ 's a;$$ W 9 sE cq Rg $ 99 s @ 9$ g p@ a �I ae ae �E99^g�'Rr ifiy R'4 x!E!5 'SE4.$5x ..se it g ° z YRsnp '�.fi 1 9 E$ $ l l aitil§is$Se;$��E'S'� EEnfis 4. •8 . kgs ;4 'gu Q9 E g9pppg 5� 61111 u g gsg R6. Ra�3 $g$�$@ ggg � of u oI BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9)-13 ..,.. xm I I ;,? it m S8i8S8Gd5568 M8 °LE 9 iipp iS § 153 @9 g9 as 'g^"8•r^2g .Esg 9 �"-- i {F9$p5 a+tsrl awed ar�oxsn ln.l r yr OMNI 2GESTED MAXIMUM SPACING OF :HANNELIZING DEVICES AND UM DESIRABLE TAPER LENGTHS SHEET 9 OF 12 H 'ISN. e g t.; 3gE:: 4A'^s fi§�$xs� gS3@x_3 kr§ gg g Qg g3 9 @$ ■ eoSoe�'�$1&i_'=. Y qB sao E@q 5g� REE.E E ER M EI R,U "'E:: .3 s.^' V$gBE 3S i4e� Res .RP k, $ El: 14'.- fie gffg 4 "Q $sfi 1 SUO UOU$USu �QB ggyC 93 -i3 g E E E •$. g i g.aH ki.nq BoB�oy. KIRSCHX0. OEM a DISCRIPRoROADN REVISION I. E oP �o,a« spiEET 46 oT 199 RECORD OWNS NC STR 891 CITY PROJECT) E11087 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) it = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI E� }M\"11� Naismith Engineering,InC F..E.H ... CONSULTANTS SHEET PROJECT NO. 9191 BARRICADE AND CONSTRUCTION — CHANNELING DEVICE STANDARD TBPE Firm Registration No. F-000355 © Memo. ' J at 50' mom Mk 1 arum mi 1We l ® MmIMI 5n eis m me ID 13Jnr Mm 0 TRAFFIC CONTROL I z n a Nr RE f�n0 9j Tj :.� .� . 1r'R+Sgi€6i.:"ai 1 1 a m -• l'-'1 m r z I€ z1" R i3 41 9z go ,,.ge.i(s i its k.AtRa e�a 34aei s'ggg $p8$Fg �R$ s 9�r 1.9 �'";edi Ra33siSd;'a3"�AgT -4sR Q 5 i $as�a v rRe�".' RRiR¢¢$RiR��3s�gg;i# �S�SA'p�R.Es IS9 cq�1`'3 5r9 Vy,$BSRpp..j ISR9 �R 9 S �' 5 a 9 . D _ 1.-.1$' 6�3 aseRa,i.�.i�Re g 4s $$ $ a 4Is. N 9 VE' L. gVq Ey 3F e.S$-fll '` x� D \ au CD ` /". .--, i.5 Vin Tvo—Piece cones if L.., 2$6 ra x= R aSQ p�E 9 rl t 11 Dp $� $ s"9g : `4, 5 lk �', o R I•I �I\ L'S "Ig R . Xn R 9R� e R w '^`go 6 €3Q.Qd" 5 9 R .¢-g.&o-a p's93� q9Isgif$E 4:§ dg susg a.a t :aRi .R$ABRR R ^y R 5 wn 3 P n a = = 5 . \ a , 11El / `tV JJjI 10 Tubular Marker _ a his s5 m� ._5-"5 a g a3 3 a 1 s .R4 a ' R Ona age = i. R g 11g . emu IN.n;a IE A pm Ile... ® ® ID, I` 6-.1 IIII' ; -.m / 2 4� IIII'I :° " �u�l° 4g-ag;ai &gggd R 2 asp I I 3 9s x n sRgsAsa I g `S Iti�Hl�lu 1 5'''''' x sg s 3 e8 f ADE AND CONSTRUCTION ANNELIZING DEVICES BC(10)-13 Ima::.jmrmm rmr_I=ra s !s E 6 R ! " sl§g E THIN THE PROJECT LIMITS []n e $ R 1 I. .t.a ea Pmvam, drums nssy be 04.1. 1 Mastic um fmmg safety as mpiea n' thee {las 1 VerBetl Pas co led. sq.. nury salituted ter awns sten Pe er Ow 12 I, elwY.mm HMIsnay be onitlen1 il bum we wed5. Drums mat ed. the lengthet the culvert sided, sgggF 4^ °g, 1§ °s 'I 1 I sI. E s asy . a:3.s I e= r` s _ v a.i A m 5 -� I: 3! S 3 .M:.a DMZ . DISCRIPBOX 1.61011 I. DUE o�.o,a� SHEET 47 01 199 RECORD DRAWN NO. STR 891 CRY PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -.7..3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI }M\"'''' Naismith EngineeringIncq" F..E. .`s.. CONSULTANTS SHEET PNOJECT NO. 9191 BARRICADE AND CONSTRUCTION - CHANNELING DEVICE STANDARD Tape po-m Reglserenon No. F-000355 _.,.,.S-N..NVO ,MAIM, ro .ran ..,.,.2-,A-...IDEr ERNSIONONE Ii;iII{I1ijllI0 § f a !IOIII ^ d ; XRa ilkRamygq3 �4.§4�P 199Y9} 4Aa� 9 p, 15 R Q�a: i fi 1.2 3 a} ®, ' R s1y i.S s xs I � ��I_Rqq .RA��^9V$y8 �r� eP$g��FeFy'c�gga¢ Lg z s 84 aha R$ g pgut a 8 $ g, ns' fi § sg 4d�AA ;i.A,RA Aga : R 3 R g ^ pR d T} R1 Urm Vp 3A !II d e• �^ }.' AAS 1:1 CRss p. Rai a u$a 9$ yrs R3;. a A3 Rig Iii a' ff INs $ga s sa x a fi Vi 8e SA2 R x O Si 2 O rn s T -r —, s ng�pi¢ sqq=y : 8 N k; 1l AiS it. RA = A. a n .� T&?a. g S:• p'1 IT $ a eg II6 'n € g aY . ReA RAISED PAVEMENT MARKERS USED AS GUIDEMARKS §r a 1Rf5e i5 gA Y ez F� $9Ca nBE w ' 9 C9 .A 63E A s ' a Y aRBs•:g $ RAs s y H Y�—LgBppx ds g4 n.22'E ,E IRs AF'.r3 R P^S S"aR �g Ad � CR; �g7s 9 s1 1111:r cRRRs1 r € 9 STAPLES OR MAILS SHARE NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE Temporary Flexible -Reflective Roadiway Marker Tabs SEE mar AA* pg 1.1tightmaauy i/LLma un mm i. e = 'g^'' Rd.9 €p 4a 1.31 41g2 BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC 11)-13 ®rmr r axe_ r ml .. .2. gT� R,Il S g�1g NR iY4 o f Y i g ao Ph d.4 F g F Fy S f5 QQ 8 i KIRSCH X0. OEM m DESCRIPTOR DUE o�.o,a« snEET 48 aT 199 RECORD IMMO NO STR 891 CITY PROJECT 1E11087 GOLLIHAR ROAD� FROM WEBER RD. TO STAPLES ST. (BOND 2014) F. = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services A�--,,:,,E,.. Naismith Engineering,InC"�`�"`eq` \ F..E. .` .. CONSULT T5 SHEET PROJECT NO. 9191 BARRICADE AND CONSTRUCTION — PAVEMENT MARKING STANDARD Tape Firm registration No. F-000355 ..,.,.2-°1...,° (SOUS ,° 01a„°..,0122 -010 -...°DI CONSI°ICIONZOS MLA 1 a E i 5g o < F41 m V V I 1 \ I bob o ° ° I I 1 1 1 1 1QIQ o ° ° ° o ° ° o I 1 � 1 ° o d°„°' ° 4o4 I s T _il m =1 9 z S' r E x i ” I 'I 1 ,r�, ,, V°°Y°°°° o. o o ° n420, I 'I 1 4 ° :1. ' o e E' 4 T. m 1 m 9 F A — m ' F K ^ 0V I la_ ' � bob g° 4 n /'i q C ° 1 1 ✓' 1 4 i° °# ° s i °a Q24 1! O gi o N[ g a o g, z y n E A e A z a m Fi m ° ?I M- ' G .� Cie: 6yp� ^ > I F Q a 4 I q A 01 I, ~_s ' C%° ::4 4 > ° _ > S' m z > m z N —Z i ' e �' ;8 3C3 qg Ossa sgaa CENTER o 0 0 UNE OR LANE UNE .wan ��o• �^ ROKEN _INES AUXILIARY ...me OR LANEDROP LINE waa I I I REMOVABLE MARKINGS NTH RAISED PAVEMENTVEMENT PPAMARKERS pipplement avement rnas we need IE mold, applied anb= ar at 30 teat sped, tarIkle. am Mane CM SIMSvS at Risen pavement Marker. 11 § 90 9il z A m gg iii 7 O N O --_ - ° '" _ m a� i gn 9?! N > z > o A N O T. E 'a 1 ° h; ° er �` 1d°L' 2 1i BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(1 2)-1 3_ prmR raal_iwe_ aelQ,� I \ g D T ° OVg - Ft' 0L0 > °10 o 2 z L 3 d2 Baa as _ ^' 1 A ° ' �° ° ; F \ I 5 o oV f °o °" 9 c o o .,may s ti > r to RINSCHX0. DAM ar DISCRIP0011 E 06°.F,°s SHEET 49 9T 799 RECORD IMMO NO. STR 891 COY PROJECT I EI1018) GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services }M Naismith Engineering,InC"�`�"`eq` 7E.2 .` s.. CONSULT T5 SHEET PROJECT NO. 9191 BARRICADE AND CONSTRUCTION - PAVEMENT MARKING PATTERN STANDARD TBFE Fo-m registration No. F-000355 - 4 . 5; 8 b `< r'm g? 5 xP 'EZ - .f .8 SITE DESCRIPTION PRO£CT UMI15: COUJHPR ROAD FROM SOUTH STAPLES STREET TO WEBER ROAD �m onn _ ' mm ag 5. a 4 oI nz � � a€ r, _58 r •. '" �8 o 5 8 ;p o g 8 4 m - ' �3 m• -z " 0 Yx 0 _ � G _ 2•" _ yX� Z, r a 5 4Y n. z- E az �� � 5 ^8 ° mg 4 g .94 4� 'f'5 yy r 3 Q a iirHHH HHHHHHHFE ooca"_mc4�__tlQ =Pyc ao�axg a 8 55 ' I. R� a� �� ""fan m "9 ' X28 v, 4 g99 _ 55 " ' i9HHiai- .. o �^ . o a "£r,2 pi 8 8 o - Y 5 m : o EROSION AND SEDIMENT CONTROLS SOIL STABILIZATION PRACTICES: 1 OTHER EROSION AND SEDIMENT CONTROLS: m 8 ❑❑ Go §2 �o 77. 2 Q eX -, asg _• o 3 nxx� oy�o WRg mmg 4m "aim -_ -8 •B 5 ''N8g F oagb Q >55 z b ..5 _ D " ®o F 5 p Sa B4Bam"� �b=€8;'z >" �" n RMS. MD DATE In DESCRIPTION @ 0 z Z Jz 0 pa c,0a EL 6L Z =�z m z ea I oW- )w a SHEET 50 of 199 RECORD MORE NO STR 891 E...§ of CORPUS CHRISTI TEXAS of Engineering Services NM Naismith Engineering,InC No. F-000355 F"E FM� CONSULT TS SHEET PROJECT NO. 9191 4 CITY Department TEPE Fo-m Registration X,euml-Ceurn. (11..n. le NEKRAern.,e1-ee-ile-Sm. Preserve native vegetation to the extent Practical. Ho acaaa a ❑ Wired Mm V. Federal Lieted. ald Proposes naraatariaa and Endangered Spaded. cnticai Habitat. ft -MON WI oE�,o. 4 N,E .Z7 cn p0 a 111 e GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.o. (BOND 2014):_.. CITY of CORPUS CHRISTI TEXAS Department oEngineering Services _ NEI Naismith Engineednsktc .Y^'"'•�. �,aEa° E��yF°� y y LA N STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) TeaE Flrm Reelstretlon No. F-000355 i,9102-00.1.111Ale 1.0 (STAPLES RMACIII.192—CC-510-5./.0•8 CURB INLET PROTECTION DETAIL I— —I I I I I I I I I NV7d -137NI 921/70 REVISION NO. NUE DESCRIPTION RV/61011 NO. DESCRFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER POLLUTION PREVENTION PLAN— STANDARD DETAILS A CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 .11122-EL.1.11 CSIA.4 lO 111.),C1.0122-.N.L.NS N191,, ANdYN, MATCH LINE STA: 77+00 0 0 5 1 MATCH LINE STA: 64+50 DRIFTWOOD PL. MATCH LINE STA: 89+50 MATCH LINE STA: 77+00 MATCH LINE STA: 52+06 (SEE CITY PROJECT NO. E13088 FOR CONTINUATION) 0 la 0 WEBER ROAD 1JVH11100 a MATCH LINE STA: 64+50 REVISION NO. RNISION . [PIE C.CRP1 ICH 5 COLLIHAR ROAD FROM WEBER RD. 70 STAPLES ST. (BOND 2014) STORM WATER POLLUTION PREVENTION PLAN CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MiNaismith Engineering,Inc TBPE Firm Registration No. F-000355 ZDJA192-077171. ROAD CSIVIDS 70 0137(10`,A407.1.2-9•317.0•0 8 ki 01 g a Oft76.9 9 0 MATCH LINE STA: 95+00 S.STAPLES ST. MATCH LINE STA: 89+50 MATCH LINE STA: 95+00 IKVISPN NO. CESCRPION REVISION 110. DISCRIPTO11 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER POLLUTION PREVENTION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MiNaismith Engineering,Inc TOPE Firm Registration No. F-000355 z 511-60 52+00 52+40 52+80 53+20 53+60 54+00 54+40 54+80 55+20 55+60 56+00 56+40 w o N u, a o ����� _ €€�3$m 04 END GOLLIHAR CONSTRUCTION MATCHLINE 52+05.63 (REFER TO CITY PROJECT NO. E13088 FOR CONTINUATION ) (REFER END GOLLIHAR MATCHLINE TO CITY PROJECT CONSTRUCTION 52+05.63 NO. E13088 FOR CONTINUATION ) _F a��u��RSi € - �S �F„ agg �U 5 y._i1"4i ,� e�l 47 l- g+' $L7B"' i ,4, dg8..m� Il 3a Pi CCB -0 ems$ 4I ~I ago A , .. 43R PPI £mz. m S3 $ 01 ;I ;p J .a nN v �EPaV^ 2 RCaRI- H- 6�ao^a �cE�E TSTA ./3 RI,LTRADE I1 g .'P 8 S: r, �o l'!ww/1!LOn a ,cos row., E=.::1so1 ENIME (GRADE ARS R PI 2 " nags � EAMf oIII.j•fi5n R�-/ - .p p=B man #� 9 srno3.RnaEaREnR., I1: __ 0 TCELEV-z].00RT8LT a �o_ 1 s 999 c4 $ g gB i _ 1 4 ��I^ k R Ids: _ I c e�ev r=z]ai ars �r 5ra DRi"o PFJB J rl " my nc 7 & eta Swop 6g$ R3N ass a' � g c o 8 9 F,inEEEV-[].]3 T6 m "= 1 I'i 7 $s _ c �=:].sTRTs T 1 I / o� L 8 STA 04+ 0 ,nRnaEaR�,R_Rn '®x 0 rce�vmaa s.00 Rra rr Adigime � I rp yo4 o o� ^ I 7 ^ mbg .gV p a� 3a ..o.. G" 3 m 11 a 16 _ �PftaPos iix. e u�v GOLLIXAR ROAD' reF�R Ro I 55 00 ceuJo 056+00 _r a eHsiry ,Ere�irv� - ou Na _111711_, STA 0 TCsEEV=zeesRrsIMI STA 55+ 0 lay ATI 2].s1RTsET : Ili STA so. o m � SCSE a 1 /�I® of g� STA 5. rc Etfl02i2a PT a Lr .1 ATCHLINE1 56+60 o w m m N N p o REN O. DA mo Cao. w. Calf fn DEE.o,oR SHEET 55 a 799 RECORD IMMO NO STR 891 COY PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) E. = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services '',�Eo�s r� }M Naismith EBJIOEEIIOgI a EA- ~ � x g Ca e "�' STREET, GAS & MIS PLAN & PROFILE — STA 52+05.63 — STA 56+60 TBPE Firm Registration No. F-0003555 3.2102-868... DV. DUDES ,6.Ian ..,022,01-37 7b8 56+80 57+20 57+ o w o+ .ti N CA ro Ca -P ro w V o MATCHLINE 56+60 ATCHLIN 56+60 EE_zr,ara II I■■ 1111 P1LS. SEE SHEET 137 ro . A. AREA! SEE SnEET 1.61 TO 143 9. ME i 10 SAES wmRM S. ase SHEET 7770 86 11. pasn TEVATIM u0m 0Fl�. 9108, 97 TO 1� 12. easnARE TO RACK OF CuRS uxuMS OTREMSE ROMA. 13 u19 I 8 . i 3 s �� I Nva I I 11 ! y STA �.0 II ��slAr 110 CELE -zr.oeara r MEM' ' 2222 2222 1 � 2222. 2222... „. '6FmF Ma1]MIMM'. :: On $gin o 'AB m�am§��� FA g "�k:. m 6 3 �� � 3�A fi a 111iF' � I II ., 60 58+00 58+40 58+80 59+20 59+60 60+00 60+40 60+80 61+20 61+60 cae - r.a ■ i rc ere -n.o, ara rr IIIIII IEIIII STA 5B+ 0 1� ss�P MMM= 8 P�' BSEa wg:i" N" I� I _ of � m 0 ELEV. TC eye=nsz 7.39 ara Lr oz zr o m _4r o p$4' \\/J =a 11 �mw 1i �o �� MMMMMMIM�f�o ,!aaara r I 1 � , 6 :P'wz 7. ip S$gg 31 �€ o � oln^eh ps� 3 ni Vw:3 g4 or 2x38 III 4 ® 4r�_�ear s { 1.9 11 1 ° 1 ;, �1� ' 1I. -00 60+00 ` 7-�7-19'Uzi WATERLINE �Eb�s #"DISTING • Pia IV. CD G i :a STA ss+ o I c e�EevE- r.ez -zara �� IIIur dea VC -zaa ■I��a 1 MI STA NM l01 I—ii01■iiiiiiiiiiw Irrai 111 z;9rara I� 'i_II II11 11 E -z,.esara r ■I�� INSI STA 6 �ar +60 a �r I' �L II ATCHLIN 61+60 as MATCHLINE 61+60 Z® o w m mN N N w. o D.D. m a,E DED SHEET 56 a 799 RECORD 01/18185 N0. STR 891 ON PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = .0 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NM Naismith Engineering,Inc ,,�:la�E�oe. _ a a, q."` nrmm�e = g '—° "�' STREET, GAS & MIS PLAN & PROFILE - STA Ss+sD — STA 6I+60 TBPE Flan Reglstrafion No. F_000355 3.,1062- A..66.0,51.1.3.,0.0an..,..2-1.6-n5.,b3 61+60 62+00 62+40 62+80 63+20 63+60 64+00 64+40 64+80 65+20 65+60 66+00 66+40 € ,,-p, .■■ ATCHLIN 61+60 4 �. ■=gym MATCHLINE 61+60 TeESE=nAORTe.LrV 111N5,6,;' a yvy za $ � F g _ ■■■ i■■ I IIIm�a §�9 i - .eS RTa� ■1D!111 III �a o$ V a� .8 ei: � — n 62. 0 ■®STA - �L i'gmh_ • —I ssem�� ��� 2p c Fnn Yep 3�e -- ^ � �`I � � RI I _ �yy'"�, T� T gm a�■■■� I■1■I' it = a at 1 A� II� 2 �� STA 63+ss3 0 .� �I ���� 4 i 111 � 8g�� ; n .Pa gt." I1� `ilr. r , � TC ESE- -isae RT il�s 42 ] �� - �� A,':. ma £m° ssq� II ` AMI- I'� 8=9 Mb som�� �9 ■ Alloa - 4 g §€�� w � 1 e3. a ■ ■ Eesev Tcese STA 66+ .s.6e 626.26 RTa e ST I i �` �'I - �..A . 9 �A� o E'I0-1^ A - d Ili ,k, x _a - ms's; ESE-25.e2RTfi1 III ■ � LA923ymI STA 64+ 0 Iw 14 "MIME'ILMI I IIII1 101 M1� ill=a VV. }I I rc ese STA 65 ,3RTsm.i■■ 625.36 RT a Sr I Ikin a I�� �'�2 I a 90 W�AO III121 11 11111i111" �$ HI a see — PUCE.` ,, WOE I WA Pil ss. e ■■ �mm� o �mm o}ohm Mg 6.e1RTaLT li I I� �H I - � so? TC ELE ' In iI ����C�■■ pp} � IL I ATCHLIN 66+60 as MATCHLINE 66+60 w m m N cn oT N N -p N w o a Z® RMS O. BY nom OSv DUE DOC ena, 57 a 799 RECORD °RAMC NO STR 891 COY PROJECT) E11087 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014)El = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc ,,�:la�E�e. '� _ u�.�."�` = g e "�' STREET, GAS & MIS PLAN & PROFILE — STA 61+60 — STA 66+60 T PE Farm Reg st�t.�o� No. F -000s55 666062-00866611 KIR (976RIS 70 •113186001,0 22-661-9711667.060 66+80 67+20 67+60 68+00 68+40 68+80 69+20 69+60 70+00 70+40 70+80 71+20 71+60 w m ,oti -,C,' ro p ro w o a�,�a-: P/E4$5 dig 9 "I� y4 a $ :mm 3_ " s V■MATCHLINE aEg so 66+60 $;fig 4uR ATCHLIN 66+60 'Ann .-., 11 0 .. 80x CuLvERT P Poo "1 Ell LF LTs—'EATING 12' WATERLINE TO reEre,BILI.<.Eo re. PIPE SO„TIP4G PROPOSED EOR — rc 69+90, 9+9 39 LF T`p 1I,ry °BMAR ROAD 69-00 �i " °AI 7°+OO , 81 /PROMS. SEE 77ro 86 ARE 60 8,..C6 OF CuR8 uriuMS IRICu + N'&� I611:400 $ --i4dO ado iiI 91 F TA 67. 0."g ddA '.� a RE4 17,, 0 ea is ELE-x55a aiy " �44nm$� �� '�" F e� R1. o FF'mE YDS 9mg� (ilka6 all FFFY,Ph 4, $ � E ti SB S sin 67+ o oPPPPPP-/I� �� a£ aesevsssz is esev zc.oe Rias _ o' R gmh mE e= neo is III III P Ile TA 0+ 01GRA0e Ba R -HP _- i NI .- mss= rc esev-zs.zt ar I a /+7 7I gN"V - R ERASE+ mg a : 6 gg M a� Bo � �°TA $F 5 a 08 1 - CRAWL 04SE, SEE ROM 13 6, PROPOSED EOR N'. � ac'- Kai y _ I + m516- € .9 Cill.3 5„8 FS e — sin s8+ no IC eLBv=�s.s3 RI- E N� sTA ss. o 9g 4 E r1 esevasas"" rc ese-zs. zar � e en-LP F C [c[� B zsssnR N I 70+ 08 ', 4 TC esev-zs.en R £ a y f I - 'cgs S� q "3 I ®o o.w. I=2:2.12R o 4� a I f�v I Ij! m ” n 8 L'— �«_ 'ata.` g` 1- smQ to c III W,g ree�e.B,a .6E -P,=2:4,,,. of o gFlb F IFR 1c ATCHLIN 71+60 as ' MATCHLINE 71+60 a Z® wm m N cn N N N w .M X0. ale m nom .76 Bz00.a,a„ Sniff 58 0a 799 RECORD O MO NO STR 891 COY PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services El Naismith Engineering,Inc ,,�:la�E�e. _ a , q."` „rmm,e = g m "k' STREET, GAS & MIS PLAN & PROFILE — STA ss+sD — STA 71+60 TBPE Flan Reg stratIon No. F-000355 71+60 72+00 72+40 72+80 73+20 73+60 74+00 74+40 74+80 75+20 75+60 76+00 76+40 o w m ,o ti . ro w !!1 V SATCHLIN MATCHLINE 71+60MMII 71+60 ^ !G ill �s uv aVg�7 i IIJ'1 I �jPIISI � ��a p, V 0 I 1m i , '% a'I pugl P.. a , o ;,e c DRIF - ^ —~- OOD PL � ----- srn rz . 0leanoe eae,xl. as ■■ a �� 'Fc r� eEe� MUM oa'9"'� �44em$� m FYs� y $: o � :=pBso Fc F;� $ y m10,Go�^5� Feu Qo 3 0 E �" m5. C spm 9 �. � a\ d� i m� Ia I x G9 n m _: I} o eu "A$ 3 c' i i I �e STA 72+ 0Y I ` • yN g o YYYY JIM -�s�o STA 73. 0 I ��� R 4 BS€ 9 g @B �$ 0 r O 9 Ia ■ v =tea - ' TC ese STA SS, I� =zssgaj!U11' 0 GRA. E Ao c� a �`e6 E 7 �� �i1�� I _�I..,. 1_® a�q� llsee li"^ �a Im e9 TC ese zsaaa gHI�� 3 5 �gg � DO PEXIN 6 r;J1: €DS_ • 'C=g ^ a .. e;NB NeS 9 gas --_L'"m GaG' �I P i'a L L i,___ X €N^SSTA f1■1be STA 75+ 0 75+.0 my�2� EL. -=s VIII VIII a ah $ma SII �$ =e b .G ma 1111 �° i MA STA 76+ 0 ■ 1® Ie Ao 110 i m MATCHLINE 76+60 m Z® ATCHLIN 76+60as o w"' p w o .n7 X0. OA ar nom OM WE 0,0.o,na spEET 59 of 199 RECORD 01848185 110. STR 891 CM PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services El Naismith Engineering,Inc ,,�:la�E�oe. _ a a, q."` „rmm,e = g m "k' STREET, GAS & MIS PLAN & PROFILE — STA 71+60 — STA 76+60 TBPE Flan Reg strafion No. F-000355 =.,1002- 7A. (WAR 70.1131196,0177,022+1171+07 ,b" rn m w m o N >g go MATCHL NE 76+60 €> ATCHLIN 76+60 rC EEE620.4" of"�� I,�I SII _ NI /MALE SIMS1EEr 7, n0 86 ME TO SK RS uxLLSE 919SO97 70 VB ao Igo I■.��■ rr r �rri ms"$e : 8B " �•��+i�■I■I +�■I • o.!1Pi c �.� 10 77+20 77+60 78+00 78+40 78+80 79+20 79+60 80+00 80+40 80+80 81+20 81+60 rcere za.ss ars cr 38 G'' . p I ■ B €5 g., 41 S,.. RI 41ARIST- Igo ., ;_'3q1M�S'fi� bi:;;; F � I�O (00-00,` f ®!, I e gg s }Il s I 3) TEALill I . by a e mew �1/ 111 _♦ $a>A se 1 ilr• E•o �r� no c " x" 'k c - =mon m Q�aS€4 8 S REAP gm_ay s12 --•s 6 B > nA. _� B" L • I� zas xS � ' \ m m_ � I� gg gg� 3 a o Il 1 J __ rc EEEv i o- a,I Lr �_ o" .•I® G w® 111 � � IS .I TA rs.ro mo n" myy S 73g w gpa S83bm "$I ws - - a , ➢$ m g 3g S 5!$9 - a e /I �e Il F `71�� pee 4 = a,a c � .. 4 ee a' r^ S Vme�ly ��em a Hm qq 9 1 _ Wi X11 ! I$ % �NF6 d�F m rcer[v-6s."7 are LT s,,,A0 „„, N ,,,. ,,,„,. rc EEEv-zs.rz RTacr�"" - 4 - TC EEs1:725).s7 ars sr 4 N8 F ag gs 'e S ��� �Ij^ o=.8" V_c L �0 1 o m�� ✓o Q"�SR gtl gv € y ��0 � N 3 4ji � iI' 17 I,- __ �-E .�. Ifl�;'. _= _ _ O s -o a>� BSF gg9 eB 6 a" ICA 1 '$Sm S8 g. 8 N S 6 =q=== MEL TD EEEv�."� -�a RT Er �� 81+ 0 F I I �• SSTA EEEvasaa STA 81+00 TCV1) .aars�T = as MATCHLINE 81+60 = MATCHLINE 81+60 1181A O. 00 11110 nom azve,0" as DUE er ozscxmaa 7EET 60 of 199 RECORD IMMO NO STR 891 COY PROJECT) E1 1087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -.7.3 CITY of CORPUS CHRISTI TEXAS e„mmne paEngineering Services Deportment of En r� 1� }h Naismith E1IJIOEEIIO� .'--- � CC � i g e "• ' STREET, GAS & MIS PLAN & PROFILE - STA 76+60 - STA 81+60 TBPE Flrm Repstratlon No. F-000355 8.,1002-„9 .OB ,419PLI, 10.1559nC..5022-1515-911bE 81+60 82+00 82+40 82+80 83+20 83+60 84+00 84+40 84+80 85+20 85+60 86+00 ATCHLIN 81+60l € SB ,' MATCHLINE 81+60 STA ei..s ,�E E'zs;zRia�i 111 1 £ 1111 .c i...-. I ISI A „ n 9� 6. !: ' r x -�}-b FW v" 9 mu 82. 0 T. H III II_ 5 8STA ; 111 11 '$ m�iu Qi 3o "110a 0,.. g F icErE=zaa Ria ri 0 MI sr,�ez..a A ' -- av m� o..� 1111111��o�m 111,116„_���o _ z44e3$, S o ho o5„y �3 4N3 V�B e r I I I IIII a=B �� I' �a=it R 11 �� a, :w c [�[v iC ELE ...gs =z�.�b Ria LT 1 a m mm „. o o 1111 STA 83+ 0 :!c Fl IIIIIIIIIII mea � pa$_r ® ,� 1Y a �oyll —„ "---E,'— .AII g : fi gMC w RDRs roeEezaa r GRADE .1a,.... r. 4 ! frLF4 AE ...� 9 rSTA aiaaa..o , -rs: A IMI €4 77 77 o Erv=a 88 �a.5an.a-� o ■■1 1 111 . It R ro� �Rra i -� It o � 11 111 NFi � o� nob STA 85+ 0IIII EG� III II e� V — g , p ���� eZ oo 2. ItM en S IIS 86 0 1 IfflJI2 '4 �..S s�STA 4 Ars STA E BREAK HP E 1111 s ' T VE 5§ I e o m $11�g La >a $6+40 Esaa� ==s,Ria , o... '1 i=i 1!, � g t ' 1 1 ii ATCHLIN 86+60 as MATCHLINE 86+60 w m m 1v cn 1v o� N, N N w c, a Z® BA D. m nom OXv DBE DIMC SHEET 61 ni 199 RECORD 01848185 110. STR 891 CM PROJECT 1 811087 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEj Naismith Engineering,Inc ,,I:Ia�E�e. _ a , q."` �„�„ 2 g e It STREET, GAS & MIS PLAN & PROFILE — STA 81+60 — STA 86+60 r6PE Fo-m Re9'15c�c1on No, F-000sss 8,11122-889.8m11 K. (SARIS 18 •IIIINhCEL1,0 22-1,11-41 ,b4 86+80 87+20 87+60 88+00 88+40 88+80 89+20 89+60 90+00 90+40 90+80 91+20 91+60 o w m ,oti N cn a N,ro w o g ig 13 i MATCHLINE 86+60 ATCHLIN 86+60 r<ra=1115Frsa 1g S PILS. SEE SHEET 137 ro . A. AREA! 10 SOEs SECTORS. SE SI SHEETEET R 77 m 66 11. pasn LAH/PRORH. 9E 9197 97 m 108 12. onn �I "- B' c I STA 8,10 1111 1111 1111 rc eye =z °Rra Lr IIS 1111. I 81 7Y d a 198 vi��� dF .ss Ran oR, 91 GOLLINAR ROAD 88+00 89. 1 I 1111 Ver - .65 Rra LT L m € nn! P R mBa g�4 BAF � B o g� al IS , aB /% i C. p STA 8, 0 C.41liEt2aaFo ,4j EEv=zn.soRr r ='A i I rc ErF=aas ars L• STA .i016RnoE BxrnK1-ry : 1 pTO yy' Ta a r.Ria � '� I '� .= o C V �s 74, �o s Tann = e 7 o _,n zp m sn 1 � ace c rEE =24,s RrsLr �— . m o III III III ppapao �MIBS '2HIrr�E — F� al'^ SgB.� a� ffiy 5 923y 8 P,,0 �96os F„ 08 ' UB ,e P S V. reE �E zn so Rrs�r o �� ' �' n 9 — � �'� N 5g a 2. $ �,3-'i. P--u�P. 1 BB sF o dp6A, i �� " rc E�ev=zn.ss Rra�r '' aa -12 so.i� Ia ffio ,ma 1111. o. �� a " g3$ 6s � a B a 13'B1 o na 18 �n g F a ie I raELE=20.80Rr8LT rc rorty Rravr y9 MATCHLINE 91+60 as ' MATCHLINE 91+60 Z® o w m m iv iv cn o� N, iv -N w wa o REA O. 08 SR 0 nom OM DUE o, sEET 62 of 199 RECORD 01848185 110 STR 891 CM PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc ,,�:la�E�e. _ a , ."` „rmm,e = g m "k' STREET, GAS & MIS PLAN & PROFILE — STA ss+sD — STA 91+60 TBPE Firm Registration No. F-000355 91+60 92+00 92+40 92+80 93+20 93+60 94+00 94+40 94+80 95+20 95+60 96+00 96+40 o w mu N i iv ' F. V.,_ ni Ig 1 � A Paa_ P1-..'g d pc_41^m, F3�m $RR9Bo a ;I i'6F3i Sago �� gym o M „ p� 5 4 ono �R " xa w sre o:«ea V.71s s,o�a;'r'_° ,5 �._.... m-55.5. EUR=Eg curs ira ATCHLIN 91+60 rcE�Ev,,1.95RT8LT - ti it 4 iEE s.o,Riavi :4 ' ^e ' - = • STA t .; Evsas rc a=s.zz Rra T �r 1 5'" F F-9- JEa $'" fiA 5 -.=. 5 �j os'?F��€ RSP s.sa asci Rra vi N.. STA 93+ 2 refs -zss,Rra. I I as III " qg �' 7e 6M sigd .A `mmA g 12 m . s^ e ic= si Ria ri £� �r & mn STA 90+50 ,GRADE RADE BREFR)-RR �m m K = a a.Re ieE�E z�.E�Ria�i m go 5m D STA 95+10 I' is Eve=zs.a9 RT a vi STA Rs+ o m3 VIE sai rc eEe zs.n Rra Er Fr � 96+10 STAas ic�aR,R aRiaRi OE�, a Ib" 1, F 456 g \ dW O9x96aN` STA 9 +60 TaID=za.ss RT S LT I MATCHLINE 96+60 o w m To ^' ^' , ^' ,KM o m IOW MO. DMZ Br a11 ass �.R,nR snEET 63 of 199 RECORD °RAMC NO STR 891 COY PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.Oil (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Deportment o/Engineering Services El Naismith Engineenng,Inc , * h -- ,,. =ua.."` a�� = g "' STREET, GAS & MIS PLAN & PROFILE — STA 91+60 — STA 96+60 TBPE Firm Registration No. F-000355 8811812-8.59.8.N11 D. (SARIS 18 •111005nn.50 22-1181-51 ,b8 96+80 97+20 97+60 98+00 98+40 98+80 99+20 99+60 100+00 100+40 100+60 101+20 101+60 .1. °°EnEREwsn/ERSSIMSM.7°ra"ee E°°x.12. �.° uRmES 1 7068 .�a PR --CURB MO oR2 °gym .'am x112 `�/�1 Agit ‘41 1�: re • Not Cyd/ Iii ..9i 96 �s0 iti O - ATC LINE 96+:0 srass.:o aaaRra r r— a yo a 1 ,ti rasa.,0 I �. roece ii Rraar o�aRaoE R'R� m� l�llM ✓ � i rl rc ece zaaa Rr a LT STA 9) 60 1 _ g rte` znsz Rrc LT of gg g g n ie. �+F Sm�fr" 506'a i _ A L.�S a ��.. 1 I 1���" � 9 ;B R �. i . _ _te I 1 v r% 1111. 1111 83 I i TA 98 10 4 -WE „ItV, Rr cr STA 98 y I m a c pas 8 g i ia n O _a= rc ece-zaez RRacr 111; a I' e 81 qq�fr BB dig �5 Ta _ 1 �2u - eg -8A m�o A "$� c o 5S �'d1 � �}HpY i u 1 W'� Ph A8 0$u 3 TA 99 10 1111 r -h^ ece=zs. Rr Racr R ao II ac g g Fe�¢9 11. I. TA 9 60 #ry ho f 4 o n o bgg�sN - I o�� ~ I+I, rc ecev-zs.zz RT a cry _y WHIR y�y �..w `KI is,11 r.. _a 7 ➢ ��j Pmy sRa,oE ,o "sem so � F - P s a��� 5 o 7 0 gg a fi $s q gkp S 44 SS ! p ', �+ r =W �! @ . 1 ns'8o gE 'F - g km 53A v . � so Cmg a€ � H �k�11� 1 1111 VMw Ixl w _ — �,� F k86 ka: 3 Go� P. Ria �gP aa'24 "�B '- su "ao k:+= g ece rc ecsv-zs.sr zs.s Rra cr TA 100 60 > Ra u sm >. Eec rce 0, - .s, MATCH !STINGo s - ND I a - � 1 �� _,o -_s t S ;.. F—~ rce -saw + o� a a € a .s '" START GOLLIHAR STAPLE R STREETS DD CONSTRUCTION sw �_ �w. START GOLLIHAR ROAD CO STRUCTION � I,„7,--,-,,,...,_ w m ,9 cn , N N N , w o ' �� �� � ,' �_ l'''''' � e ( .EH oR Ro. ON m wE>e,0R Ro. DUE Rr DEsc.o,a„ spEET 64 °i 199 RECORD 01848185 110. STR 891 CITY PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) _ = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ' }M Naismith E11JI0EEII0� E Eo�s aA- � „ � x g e "�' STREET, GAS & MIS PLAN & PROFILE — STA 96+60 — STA END TBPE FiRepstratlon No. F-000359 r, ..,2102-ERR.11D,MAIM,ro.IanC..,..?-1,1-n _.DaPIR 0+00 0+40 0+80 1+20 1+60 2+00 2+40 2+80 1E31m 1 FG' g 9=9 8 " 5 .6 ' 41 L. pot " - 9 - > o III EDe GRAD 13 enRl"P 9.06 ����+50 ��.� _ i exienuGG noel ® I F�I'o m ib ig�ppp! u�B a g 'sae `a" a 1 ® e d s TA 0Lev,,,, AGR ER■■■■ o N gag rg 11111 5' o mQ..o... Q® LIMITS OF CC (REFER TO CI \\\\A�NO. E13088 FOR 9aa" IgRIA PSy c P. T. Qtr TA AE (GRADE BR( LP� , 9 �B m 5 s m gB ter, I OLLI + AR M mH 1 ?Zh 'E, � ,- 9 -V121::, iaReDeeReAxy N s =GRADE G EL 9.15 EAR( RP 5 "A -re 'Tn'e enG" M . TCHLINE STA: 2+56 77 C=s� vj �-- i'da Rn+96 vnvEucrv. MSEUHEP CMffR) [-13125.12.30 .03 11 ill Hill o w m m N N N w RDA D. m nom OM DAT e DOG BEET 65 of 199 I WO ORMWG NO. STR 891 CITY PROJECT) u 1087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014)= = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc ,,�:la�E�e. = g e It STREET, GAS & MIS PLAN & PROFILE — WEBER INTERSECTION TBPE Fir m re9�scrac�oD No . F-055 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno k c m 2 mc mm Aa 03 n y N_ OZ c m am IA m n 1 O Z m a r RV/81011 NO. SATE DESCRIPTION REVISION 1.10. DATE DESCMPTION CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS - WEBER RD A CITY of CORPUS CHRISTI TEXAS o Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno RV/81011 NO. SATE DESCRIPTION REVISION 1.10. DATE DESCMPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS - DODY ST A CITY of CORPUS CHRISTI TEXAS o Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno ia RV/81011 NO. OUR DESCRIPTION REVISION 1.10. DATE DRSCMPTION CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS - HAMLIN DR A CITY of CORPUS CHRISTI TEXAS o Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno RV/81011 NO. SATE DESCRIPTION REVISION 1.10. DATE DESCMPTION co ke 4 61_ b CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS - DIRFTWOOD PL A CITY of CORPUS CHRISTI TEXAS o Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno ia RV/81011 NO. SATE DESCRIPTION REVISION 1.10. DATE DESCMPTION CDLLIHAR ROAD FROM WEBER RD. TD STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS - DOLPHIN PL A CITY of CORPUS CHRISTI TEXAS Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno 0 8 D z Z D N MAR 8 8 0 avow SS3OOV 1VN O21VW RV/81011 NO. SATE DESCRIPTION REVISION 1.10. DATE DESCMPTION 0 CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS - MARIE ST A CITY of CORPUS CHRISTI TEXAS o Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno s s z O 1 rn N 0 z O ia RV/81011 NO. OUR DESCRIPTION REVISION 1.10. DATE DRSCMPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS — CARMEL PKWY—MCGREGOR DR A CITY of CORPUS CHRISTI TEXAS Deportment 1 Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno ACCESS ROAD DETAIL- STA. 79+21 F, Dr () IIIIh McGREGOR DR OOVIVNIO?JVW C a 3 m F a A RV/81011 NO. OUR DESCRIPTION REVISION 1.10. DATE DRSCMPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND ACCESS ROAD DETAILS - MCGREGOR DR A CITY of CORPUS CHRISTI TEXAS Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno £S+L81/1S - 11V130 01/011S g ;!;;I g 4 10- F� NHr 1: g & .9 €6 & & m � se m � z O m N SO.ZB 'ILLS -11 V130 O V071 SS3 RV/81011 NO. SATE DESCRIPTION REVISION 1.10. DATE DESCMPTION CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION, ACCESS ROAD, AND RAMP DETAILS A CITY of CORPUS CHRISTI TEXAS Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STALES ro RnryAaiV1w-C1/110 MM • 1111011510100 meuno CALVIN DRIVE avow SS3OOV it/14192PM 8 8 3 1E g e a i 9 8 g B o 0 k E �[ E � 4 1� m z O z m N RV/81011 NO. OUR DESCRIPTION REVISION 1.10. DATE DRSCMPTION CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS — CALVIN DR A CITY of CORPUS CHRISTI TEXAS o Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 x:,9192 -000x11 on (STAPLES ro RnryA011,0192- w MM • 1111011510100 meuno GJ S 8 44 ct / m m 0 Z m N RV/81011 NO. OUR DESCRIPTION REVISION 1.10. DATE DRSCMPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STREET INTERSECTION AND RAMP DETAILS — WHATABURGER WAY A CITY of CORPUS CHRISTI TEXAS Deportment f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 Z41002-0.0044111104. (MAIL 10 •IIILLF‘Cv4,0122-16.1-410114.1. 51+60 52+00 52+40 52+80 53+20 53+60 54+00 54+40 54+80 55+20 55+60 56+00 56+40 ..a W N o • +,.,,- Ng m9 �8� END (REFER TO CITY GOLLIHAR MATCHLINE PROJECT .��> CONSTRUCTION 52+05.63 NO. E13088 FOR CONTINUATION ) 11 (REFER TO END END GOLLIHAR MATCHLINE CITY PROJECT CON 52+05.63 NO. E13088 STRUCTION FOR CONTINUATION) IIIII� $$ g R g3ig�' 5 �g`A`=�mgwg � g'. o� a 5�G 6 _ g 1.A , 5� MEM g- .L a.asMEA I II_I �1 eg AR 0 � S In, eox CULVERT exis=wc „,,o BOY CULVERT p "i.7218%a�u'"ER"NE PROPOSED 5'X4' BOX CULVERT, 454 LF @ 0.04% SLOPE Iy/ I I I ��- Amy mon '�, �P$o5. lb R ROAD ft, RmR mRA°� ll " Eco r1;111.I ® m 1 I.. o 1 no .11M1 I 1 9g � 9a ~F� � •, � IIA �N�Va ,3 BN RIN $ F1.4 a � 5 B _ �� e r.a> 9' mB m :B �� o 11111 q f � P � - L G �mc ;gid g STA Saz4,9 III F� I o n=' V 3 i A ., C 6 .IFI ISI �I ® g 55+00 GOLLIHAR ROAD IIIo STA 5542 my 9 Ao ;I;1,4 I mimI�xx .1.414,5 11 I � ,Ay m lag I FI m mB m �� =R B 5 38� 9FL $g 1 I' - u o _ A 56z•III■ a 4.m n■1�■,_ sTA s s.s II mm _, aTo II1111 I III IIII+ IIIill as MATCHLINE 56+60 . Y IIII DA O. 0r 0 nom OM DUE OM spEET 77 of 199 RECORD 01848185 110 STR 891 CM PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -MBEl CITY of CORPUS CHRISTI TEXAS oe partrnene iEngineering Services Naismith Engineenng,Inc * ,,�o -.... =uao."` ,,� 5 0 5 STORM WATER PLAN AND PROFILE - STA 52+05.63 -STA 56+60 TSPE Firm Reg scracIon No. F-000355 RAS (SARIS 1O •AIRACW.0 56+80 57+20 57+60 58+00 58+40 58+80 59+20 59+60 60+00 60+40 60+80 61+20 61+60 , cz, gigk MATCHLINE 56+60 MATCHLINE 56+60 1.11, 1111111 11111 I FYST,IAC 11 Yk6o06-ggir3 ... PROPOSE0 3.114. eamuza. OHMIC --- -1 1 jr EX,11,14 LII/Ci upra, —. a 1 BOX CULVERT, PROPOSED 5X4. BOX CULVERT, 280 LF @ 0.04% SLOPE i 106 LF @ 0.04% SLOPE LI .".° .r..."...".. FL (18. 5,1,30 I ' \ _1=1 ER' 1 ". STA 574 P III* 111 Ilit'71 8 01 il " 0 IN , 0 . . ' STA 6,6. kr1 ' / 1 02 A N._ HiPmi F - STA 6,6 NP ..,. i;P ..,=4 g iiw. In 90f yl i'I I I 1 4 18 111 ..., 71 ---------,,°, 2- 'J..;-;',2,8 - '''','"?'' „ I B / 1 l' '''^- ' - = ' g 1, pi 111=aMiii . " ,: 1 MIN C, II 117 1 ggg RA = ' • ) 7 7D8 T g g . E P, 111 IP ii, m ii , STA S9•2 2 \ 2 'i g g 'OH g --I 20 ig 1 OPP i 1 I : • GOLLIHAR ROAD , UP X RP q_A illr!. u q FL= MSS 8 - — 1 . 1 g. STA 60.2 g II 1: " --- g, , FL= 14.SS • 1 I r q 8, M• STA 60.6 I 0 e fis 8 , IF, FL= 6.5S IMMEMIE 6 PROPOSED 5X4. BOX CULVERT, 1 114 LF @ 0.17% SLOPE I Mt STA 5.14.21 • ' FL= 14.46 1 1 - IV h 111111111111111111111111 - - MATCHLINE 61+60 IA,,, KM 110. DAM Br OISCRIKOS WS AVE 01MCSFI snEET 78 a 199 RECORD 0184818C 110 STR 891 CM PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) r.....E. CITY of CORPUS CHRISTI TEXAS of Engineering Services El Naismith'I-5-- EllgIlleerInglIK k 'ti,ggi." „ , '. 5Deportment STORM WATER PLAN AND PROFILE - STA 56+60 - STA 61+60 TBPE FIrm RepstratIon No F-000355 5,1002-6...5m.REL,0.Ea„,50,02,-.0.-na,.0•4 61+60 62+00 62+40 62+80 63+20 63+60 64+00 64+40 64+80 65+20 65+60 66+00 66+40 ag 11111 1 111 1 1 MATCHLINE 1 111 1 11111 1 1 61+6O7 11111111111111111111111111 4g, 1R. MATCHLINE 61+60 La6oa6__ c+is*ixeore (El Pl )= 5igo PROPOSED 5'X4' BOX CULVERT, I 357 LF @ 0.17% SLOPE 1 �. 1 / Ii!1 E EEm� Treurew <S°ML) g 62+00 R 63+00 64+00 • GOLLIHAR ROAD fiTA 62 2 JIIII I li II 89 gNR's2 : 9 B: m th1 II.� II i1. III y� tom m5 Iaf C. hi de .1g:2 I P 6 STA 63.2 II Ff0.18P g_TE no 1 y FL= 1412 �I TA 63 55O �__p_ .��� ! -_ vu s,o° ,o m1 _ I I. ��o�u -5 2 l .. P II o a, 6 . o a c FSTA L_, 96■1®� 1 II • a g II t,1 3 og 11 1 1 STA 651-11. 19 LF RT PROPOSED 5. CLlia VIM ONE asa LE, • (SEE SHEET I5, . 159 FOR oE,NL=) Hsu, 651.15, LF PROPOSED RE ((SEEsr¢r IS* FOR�aruu) p_ _, STA LF 7-737? a calm ixicr v (¢ SHEET 167 FOR OEM.) PROPOSED la' RCP (SEE TIM urtR/14 J I II STA e •spa—Kno—no . 78 / \\lam I f v I I .0 u Eni■■■ €o-1 I — --:e11)„ :: —:^� a .J_•�— :lin.. V a= -c 'OSED 514 143 LF @ 0 II m„ £cm n_ om Smm . g o =oP. STA 66 ,�I et 6.6„ IH• . <3 A N nym u ! 1111, % t II Ly GO 2 FL .66 illiiiiii la IMATCHLIN III IIIIIIIII IIIIIIIII 66+60 IhIIIIII IIIIIIIII IIIIIIIII IIIIIIIII Illllli as --u MATCHLINE 66+60 0) � a 5.0 O. a,E m 6ROAD m 05 6.,E o66F�,o6 sEEET 79 01 199 RECORD IMMO NO STR 891 COY PROJECT) E11087 GOLLIHAR FROM WEBER RD. TO STAPLES ST. (BOND 2014) r....§ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEj Naismitha Engineering,Inc �E�oe. '� _ u�.�q."�`• = g e "�' STORM WATER PLAN AND PROFILE - STA 61+60 - STA 66+60 TBPE FIrn, Re9I6tr3t.Ion No. F-0 55 Z,11102-00ukr.911.0 (SARIS •I•DihCv10,0 22-1,1-910.1. 66+80 67+20 67+60 68+00 68+40 68+80 69+20 69+60 70+00 70+40 70+80 71+20 71+60 o w m ,o Iv cn a ,, o "3- s . 5 cm m TA BS 130 MATCHLINE 66+60 1111 IIIIIIIII IIIIIIIII VIII ig �' �`�m �$� 9 8 friga go�¢N MA,ITCHLINE 66+60 ;s: sxEE.:=EakV PROPOSED 51(4' BOX CULVERT, 500 LF (a 0.17% SLOPE If F SB_ TA 67 I," I 0 — -1 DODY ST. illnr A W F I FL,aaa R� �7s� — ,i_'_ I:m� I�o, lieilis =tB III $. —a$� R5S389 'x A >5 ti o 111111111111 IIVII4 g a - ?FbS _ >p m IIII g_P STA as z IIII � 8 � g= III P � I ,11 A m tom5 gP 3O LL IHAR ROA B56o86 Qum gm G 3g 91R ri1, 7'I • I P 6 =:,vim 4"u�n �o Ip _ ade • d € $ R� m:N --051 8 12, _ z �A .owl A III ' � F \ - B o s III ___ HAMLINrAm _o -`II �i 8 n ooa 41 _ z 9 2' E N nr fn 1111111111 —--------_10.--:,- MIII 1 . —1-- —2 111111 H � p� ay STA ,o+z�l�■ m '� ym 1111111111 (IIIIIIIII p PR11111 =a SNI u I I � � "5 I a as a s 3 �> a� i p tl�o . xm ti o G III S � a nz.�¢ sb I I 6oA i ^ IIIIIIIF t l'..^-1 �'L T 1 0 = lid I%1 6i4i1 'N 71+60 IIIIIIIII IIIIIIIII IIIIIIIII IIIIIIIII IIIIIII, as MATCHLINE 71+60 o wIv Iv cn o� Iv -p Iv w o ' n7: X0. m nom OX DUE oM 551007 80 of 199 RECORD IMMO NO STR 891 COY PROJECT) E17087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014)El = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Incq."�` ,,�:pE��. „rmm,e = g m "�' STORM WATER PLAN AND PROFILE — STA ss+sD — STA 71+60 TBPE Firm Regi stratIon No. F-000355 Z,2102 -0011M1.111100 (SARIS 10 11130i,,C01,0 22-1,1-910110.1. 71+60 72+00 72+40 72+80 73+20 73+60 74+00 74+40 74+80 75+20 75+60 76+00 76+40 ce�m� = ig. sa�� §� ��n MATCHLINE 71+60 -r 5,N"smeL . „ ; c'.- " — II 111111 111111 1 111 ATCHLIN 1711+16011111111 111111 111111 e7 II' sr=Trss-g 11,1379'-[ aF� g% T-- . 17•l Cpl kV. 0 Fs 'fit§, - ^" - o, - SH - .3 :;`.= mF III a _ _ _m -gym r. - B DRIFfTWOODI L. 1— 1 gT:nQ JI E vER' I I MIME • Ea LINEPROPOSED 5'X4' BOX CULVERT, 489 LF @ 0.17% SLOPE Pao ISEE SHEE1,1 FOR LATERALS, — — PROPOsEDSTORxwATEI LF ;omaoagll Ba Fahr 9a R�3 - fi€ �mR- g'w 26 : 5 z m ii,P =4 i 45= = 1 j I mg> c `� a III 41:tw 9 .2 Pial ' 4,00 GOLLIFIAR ROAD STO it L mza� 3 g6x9� A F q3^i g„moS oma S ognoo 5 ' 11 � Hm c Ail t, m� it ”- r=17zs 1 DLPHINMIMO P �� m mL II1 61 —x5z a Sou sc :T.!' 'TO: I 9 _ oe ei.o 2222..1 �i.. H �' L s c„ a„ Q Ipb c ,i 217.16:e ioiiiii MATCHLINE 111111111111 76+60 IIIIIIIII IhIIIIII IIIIIIIII IIIIIIIII IIIIIIIII i, IltllllIA as MATCHLINE 76+60 d �I KM 0 DA 0,0 nom e,o. �. DUE En DM D.r.,a„ SHEET 81 of 199 RECORD 01848185 110 STR 891 CM PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -7...3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI I� }M Naismith,1E E1IJIIIEEIl11gI i os, �� ~ � x g e STORM WATER PLAN AND PROFILE - STA 71+60 - STA 76+60 reg stret�on No. F-0003555 TBFE Firm"�' Menta-EDuk=9110.1, (WARES •EBBihCv.,0 76+80 77+20 77+60 78+00 78+40 78+80 79+20 79+60 80+00 80+40 80+80 81+20 81+60 NH 'M MATCHL NE 76+60 -11111 I 11111111111111 ATCHLIN 111111111111111111111111111 76+60 111111 I 11 IU I ml I V' 3 A r ' HI 7.1f1 at BANK j PROPOSED 5.X4. BOX CULVERT, 25 LF @ 0.17% SLOPE PROPOSED 5') 158 LF @ o' E . A 4 0 Mpa !!1; Ilk 111747- ' i ARIE '''', e ST" 1' M r ,-: ... s148 \ \\ 'b IV. ! ii\4,;:1 R V a MN=M P fe; — •ii:P :ULVERT, .OPE ST/1,711:2 R E I,,,,,, • 1 11.___—, 1 U F' -'•H 2 ;AEI Ir St L.L.F TAI=E22, .5 FOR OEIALS) . fur ,v,.n.„ TE:to, FL= 11.82 o, m 11 ' 6 CI h PF. I ^ $ 2/ R q E /POSED 4')(4BOX CULVERT, 173 LF @ 044% SLOPE '' --' r; sva• III MM. 9-: 2 - STA 81.0 II PI 11 L "I.E ,• 1 FL= 11.87 STA 1.11., Ilk FL= 11.89 ) 4.X4. 1 VERT, LOPE I • 1-g d 2.11 1 CARMELPKWY. °•' MATCHLINE 81+60 Id IIIII MATCHLIN IIIIIIIII IIIIIIIII IIIIIIIII 81+60 IIIIIIIII IIIIIIIII IIIIIIIII IIIIIIIII I ItIM 110. DAM Br DISCRIPBOX WS DUE DIMCRFI snEET 82 a 199 RECORD 0184818C 110 STR 891 CID' PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY of CORPUS CHRISTI TEXAS of Engineering Services NEj::::::, Naismith EllgIlleer11101K 464- ,.:.. '',,.!zifit-'":.4 '''s:.- „ P ' 6Department STORM WATER PLAN AND PROFILE - STA 76+60 - STA 81+60 TBEE F Irrn RegIstratIon No 2000355 ..,1822-.111.,SASE, ro.Ean v,A 22-1,1-na,.1. 81+60 82+00 82+40 82+80 83+20 83+60 84+00 84+40 84+80 85+20 85+60 86+00 86+40 �g= i MATCHLINE 81+60 TA 8 IIIII IIII I III I ATCHLIN81+60 IIIIII 1 ' a0 1 3� I m£U8"- 5. 5= V g&1c -� 6 r' c'� x,..04 '(fir"'" ,8> � r: _ --8$ p$B p�: sig Ji isINI aw Nggo PROPOSED 4'X4' BOX CULVERT, 188 LF @ 0.15% SLOPE IIIIIIII TA 8 z.z�■ 1���a a oo A B0w� �$a E5n g_9g d i 2. � 88 se e g fr g -r. � maQ� o�m' iN m� c ��ti=m sTA e3.z� \� sTA 83. ` it n �/ – ,o no— .Ne ' McGREG. UR, ' 9u 6 .�9 ik If srn sn+z�■ 80^ . III a', – l� �w g �� $b� " Ay . _, 3 PROPOSED 48" RCP, 312 LF @ -0.15% SLOPE zs I I I Ill IIIII g :IOi I IIIII � z� a 59 L ��� a g ,� �e�?�' = ' x t� ion Rm g88p. u ER UNE. 21 792 FOR u,ERIL,-PROPOSED IS' RCP LPETRAETSMR �" 3g' ;� 8 GOLLIHAR ROAD 88+00 PROPOSED b RCP SroffisurR URE 311 LF� FL= 12.99, 1 1 1111 STA SS. 2 = ■■ P 1111 HE HE HE il1111 CD DA X0 m 8 nom OM DUE OM SHEET 83 R1 199 RECORD ORIHAS N0. STR 891 CID' PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) —7...3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ElNaismith Engineering,Inc ,�e q IaE� 07 e "�' STORM WATER PLAN AND PROFILE — STA 81+60 — STA 86+60 raPE Fo-m Re915c�c1o� No. F-000sss ..,R,.>- A..VA,SASE,10.Ea,..,..2-1,1-na,.1. 86+80 87+20 87+60 88+00 88+40 88+80 89+20 89+60 90+00 90+40 90+80 91+20 91+60 LF RI 1 NH €iR' TA 88.13 111111 111111 1 11111ATCHLIN 861+160111111111 11111 III AAAA ERa. aL, Olc B iJ g»'R� 0.33 L. a q D» mg �� fil y� g VA SIA Owe � I ER 1« rosin IWE a mwcnnE 127.. 73 PROPOSED O,,,� INLET 12 (SEE SHEET 157 FOR DEALS) ( SI2T 15e Fan DEFa.)'5;Q, 157 FOR o<,.Ls) NV, ® E,��,� PROPOSED 48" RCP, 266 LF @ -0.15% SLOPE FR��os} � =, a.Ts z m azs0 ii g F 1STORMATER �aE� PROPOSED 48" RCP, 234 LF © -0.15% SLOPE I1.1 1 M ' III110 m SII o . 1 ' :. It - _,3.,o b �11i 11 IIIII I I_r1) og�Q•, 2 9o��S G rIj L� x 11111111111 1 --III ym :�a z= L S �� 6 g I e Li 90.20 XSTA 11111111111 n=13.x0 F 1111111 s R as IIII II e..o... t I a i_ ,A�� I �=,TAS 11111 MATCHLIN IIIIIIIII IIIIIIIII IIIIIIIII 91+60 IIIIIIIII III i, lIA as MATCHLINE 91+60 m m RSA X0. 3.,E m 0 nom OS SSE DM shEET 84 O1 199 RECORD ORWAS N0. STR 891 COY PROJECT) E11087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) —7...3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services El Naismith Engineering,Incq."�` ,,�:la�E�e. = g e "�' STORM WATER PLAN AND PROFILE — STA 86+60 — STA 91+60 T PE Firm Reg sc�c�o� No. F-000355 1315111-0099.511110.0 (MI913 ro •111119,5510 11-1515-9101 .1. 1+60 92+00 92+40 92+80 93+20 93+60 94+00 94+40 94+80 95+20 95+60 96+00 96+40 o w m . or RJ; a -ro ro "2 `c,' d omyv oP. 9110 iiiiiii ii ii ii iii 11111 1 MATCHLINE ii i1 iiiii i1 ii ii iii 11111 1 1 91+60ig. ii ii ii iii ii ii ii iii iiiiiiii 3 g7 F yn - � $ , L MATCHLINESTA • m, g � c [p/gip/ ((f ,,_- ® Pn 111111 o= Ay. x1• . FL 13. 5ill! 0a s856i/} n IV NO 11 8oR �,'� B 0B 'e 48" RCP, f 111111 y '6'-B&. 9 u \€ I r„ g ,\ I, -a 6 . V m� of �_ 8��. mg�g 111 T2 �1 V ga a ac ia :' p _ m � 5§ ' I I 89 5 's i I 1 TA 9 m 111 gEt% �� ;. �� �i�� Ig �saNs a �ya 1.=191assac STA =14.40 ■■ ,4.49■■■ 9 5 'aim, $5 p m _ Il 111 ! 111 � II " SII m ° ati 95+ 95+4 � __.,_____ .. ___ W/ ., __________-_ i 8______ rnsirvc en' gr soar�wa*[a � % "" TA 95 ..=,4.T9 I 1 1 1 1 111111 1 1 1 1 1 111111 ,,, a 1111111 , I 11111 STA _!■■ 111111 STA9889 ii • F.= lid MATCHLINE 96+60 h 11 illlliill 111111111 Mil Mil Mill IIIIIIIII 11 M �,,,,, N o, p N w o DA X0 m DUE 069 SHRrr 85 or 199 RELOIA ORNI. N0. STR 891 cm mar/ u Iasi GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -.7....§ CITY of CORPUS CHRISTI TEXAS Deportment o/Engineering Services Naismith EngineeringInc e. laE'q =u.."` �„gm�aC�i� = g "' STORM WATER PLAN AND PROFILE — STA 01+60 — STA 96+60 TBPE Flrm Reg stratlon No. F-000355 le or, Os o0 J O OOogEF tmo O LOa=10.32 LO S o o W m . N , o', N g m 5r, E R&S�E _ 9 F 5 3eam �kAE g- _,--449g e � ai, @S V It s � F9 AVE 96* 80 ! 8\ iI II II II i ii ii ii iii III I iii MATCHLINE ii i I iII i1 ii iii i1 ii 96+60 Hil HHE HE nillg `PROPOSED 36 55 LF @ -0.30% _ i SII _ On Dom,' 9 e sr.ls p p ya"/( 9€�&o g$ Zgp 6 9p g' 1' iwTA fir.'", "may g N 5m6a.'F' \A WimyA� mA� �r>, .mAR M u, \ Y A GER P 9 6.;, B� A g3 F V'' g F/m119 e= NQ 5g�3 ; gL A en g m� ^$ 8o aim a o o� TA sr :\ _ PROPOS 030" RCP, 185 LF -1.83% SLOI 7m FL 5 g i E _ Rw3g §95 A Q:� B_� — II 3 :I dm Af Num �mgB fam N o Fo =,rAe p e i e p E l 69 S^mp I Pit ii TA 99+0 III zm �u` 8 ;; gbso,. � ii --Wig— o 1 fig I6.t Am :;.1 � i8s Pg o MA lc* 111111 III �H 11 OO+OO GOLLIFIAR ROAD CC T mz �➢ Amy N No II IMI Hm= s raai,o o 1111111111111111111111111111111111111111111111111L � E 1 \11111k p p � S.STATES ST. w m ,o N U w A o 511118 86 of 199 HOMO DRAM M. STR 891 GOLLIHAR ROAD FROM WEBER RD. TD STAPLES ST.itt (BOND 2014) _ ■■ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services � Naismith Engincering,Llc FREesEgy lR. ,ga � • € H 9 STORM WATER PLAN AND PROFILE — STA 96+60 — STA END TBPE Flrm restrat�or No. F-000355 g� Z,11122 -E01.1.11111. (SARIS lO SEMEILIVE j„ irrn 451 5 gob Br^E 99+LS VIS 11/ 1V1131 z r N b ig 06E 96+Z9-LL+Z9'VIS IV 1V11 DUE Ln I len'1_ GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineeringlnc TBPE Firm Registration No. F-000355 �m gS _8 l l-. iII 06E 96+Z9-LL+Z9'VIS IV 1V11 DUE Ln I len'1_ GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineeringlnc TBPE Firm Registration No. F-000355 ..,.,.2-11..1.,SARI,ro.ranV1,.,.2-u,E..,_, SEMr..IVE Mrs Ys Gm�g 1111 ' Lli ii 1111 r ,--1-I II -"-I'm.: -- S ^' 8 DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services m EngineeNaisrinith%Inc TBFE Firm Registration No. F-000355 z ..,.,.2-..1. ,SARI, ro.ran ..,.,.2-u,E..,_, s.r..IVE g "-s DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 ..,.,.2-..1. (SARIS ro.ranV1,.,.2-u,E..,_, s.r..IVE u a T ti t • 1111111MOM ■■■ F 1l 1 E 1111111 11111 Py= A ;e m 9 Wim_ = — — ] � #i8iv 1 8 y ^y V AAAA.. q arg TR -Ar sat xR WI_ m, r 9 2°BH s gra d oy. AAAAFtl :( x - t • 1111111MOM ■■■ F 1l DUE Ln I -1 co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Flnn Reglstratlon No. F-000355 1 E 1111111 11111 ' R a l m 16. L Irrl IHI 5 l� = — — ] � #i8iv 1 8 y ^y V AAAA.. q arg TR -Ar sat xR WI_ 2°BH s gra Ei DUE Ln I -1 co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Flnn Reglstratlon No. F-000355 ..,.,.2-..1. ,SARI, ro.ran ..,.,.2-u,E..,_, s.r..IVE gg �-6 L 58 gm A gB® 8 8 DUE Ln I — F — GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 ■■■.MI ■ ;■ MI - - - - Mil,1 8 IEE■ ; g, &Sg :K Mir y S &p ■ $ m ■ g §L.■� ■ $ - 8 8 DUE Ln I — F — GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 ..,.,.2-..1. (SARIS ro.ranV1,.,.2-u,E..,_, SEMr..IVE gg DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 z ..,.,.2-..1. (SARIS O.ra),..,.,.2-u,E..,_, s.r..IVE gg DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES CITY of CORPUS CHRISTI Lai Engineering,Inc TEXAS TBPE Fo-m Registration No. F-000355 „ Department of Engineering Services Naismith ..,.,.2-..1. (SARIS ro.ranV1,.,.2-u,E..,_, SEMr..IVE gg DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER LATERAL PROFILES kit CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 z ZAOILT-DOEux11. 1.1,0 IMP. 10 NEREINVIVIN,D102-EXISI-WE CONDO 111.11.0•0 gr= o©©o MATCH LINE "B" MATCH LINE "A" REVISION ND. MORMON RONSON NO. DESCRIPTION Ln g W GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) EXISTING BOX CULVERT REHABILITATION CITY of CORPUS CHRISTI TEXAS a Department 1 Engineering Services rra Naismith Engineering,Inc TBPE Firm Registration No. F-000355 MATCH LINE "D" MATCH LINE "C" 2® Alk IF i MATCH LINE "D" DATE DESCRIPTION REVISION ND. DATE MCRIPTIDN GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) EXISTING BOX CULVERT REHABILITATION CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services rifiNaismith EngineeringInc TBPE Firm Registration No. F-000355 Z811002-801.1.9 1111.8 (SARIS 10 •8308,81,0122-101A-IALMIS.0•8 51+60 52+00 52+40 52+80 53+20 53+60 54+00 54+40 54+80 55+20 55+60 56+00 56+40 o w w N W aj,I.,, ro -� Iv W 0 .�.- nn4 4 �g Y FE Pe� P. 'Pp o END (REFER TO CITY 4 Bd minae �gg�^ x� Pia £9 So= ""f, GOLLIHAR MATCHLINE PROJECT i1 'II CONSTRUCTION 52+05.63 NO. E13088 u� _ r oa...,1 2 iq FOR SII CONTINUATION in �ge� S 4p�vs Ytl3[s€s .. i� ) r5o o3 a END GOLLI MATCHLINE (REFER TO CITY PROJECT R CONSTUCTION NO. E13088 52+0563ApB.g^6a-1my FOR CONTINUATION) Jg^ z� cm h�� __ 11 S z' € , iP ntl ypl_ I �5pxb yoz 9u F�Y9 ofi� , — y — —�LI— 4"0 os $ WEBER �, Mg p.:1 \I, ny g N �mv.4 E 1€� plimmm ' � pato d € a"a f� ^� �8 A� �• �- d^: p L i = " " kS 6 �—LI I 2 III II M�,�. / €y� Z6 6' ado Yma !a m 13 S"-vyl � 1 4l a\ P o E. Oil sw; $a^ 6� s ado\= oa p - o � x m '^ y m a• �e -6 F I I ivy v bine Mcg 8 111 I� 1I111 II ',f•ilt I WI A gc a ac " N 0 qe 6a T _ H -• ✓o m • � � I r ma � 8� o II ?3 s I a o €; 1 I �� Fa ° � mg �= I a a a I..., 3c I a .a. 1 €m � m m 3 a gg z 55+00 I GOLLINAR ROAD 16 micas urve Y. � of . m4 p9 z :a osi3 1— srn ss.sa �� pl o BR — w 2' i inn ' I) FL=2,sa STAA5134. �•a= r1 1111'' ll�a a - 8«eau�r R. /mSEE SIIEEr 151 FOR DUALSm • I NI iS 56+00 I soap"" �" . I9 • zIlgx b- �' P. • as - o• "J� �a 'igi tl. 1I S I •. ' all llx��`�F • 8i. SEE a5 a gg 6 Q g I.I I a 10 a=zT.aT H9 "g qqF F m • 1 I' A 'hI I�I^'1'�I as _ S�gfi = MATCHLINE 56+60 Z MATCHLINE 56+60 o w m m Iv N N w OA ,E • 0 nome,o8 w. r.TE E. oEsa.o,a„ snEET 97 of 199 RECORD 01848185 110 STR 891 CM PROJECT 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services ' r� }M Naismith EOJIIIEEIF .,� ,E�o�u�eF.°p`e x g e ti WATER & WASTEWATER PLAN & PROFILE — STA 52+05.63 — STA 56+60 0 TEPE Flrm Regletretlon No. F-000355„am�e� 1,11102-14110411 A. (MARIS 10 •11104404,0112-44-VMAI0.11. 56+80 57+20 57+60 58+00 58+40 58+80 59+20 59+60 60+00 60+40 60+80 61+20 61+60 Ncn a o "�'- '8 MATCHLINE 56+60 ATCHLIN 56+60 FI -421.61 I 5o1 .2°1 .1 4: , z $mg oF % E mA4o 6 g -7 , osHgag ag II. 0 Ee. g MA a msm _ gg.3 nM ' -R: in t I I c� � —o j 41-02STA41.02 9 mB I_ !� _ Es M 8^� j-?' I . 'il►. I , ,,• S 8a 1 €R IRS ` $gg -"-R I VI 0. n ,$ .0. ,III 1I I £ x STA -,SS '. :��I �1! .r ..,00 •o ;§ m � =9 1.gg so 3m @nom ��=Baa q»6 13, Woo • � I I II fi d _ ' � c, w€ wpg I• III o I I) I € rc- �. mo/ Ysam Hi= = OS Br 9 .. '°�. C'N :8 8444 ^I6 Ill m R " i yob � _ ,1 . a0 ;m =JIr ;SEI gu■� m� I a ST/1001140 M ll� I Y3 o r, o.Bm aS • s I P &PrA" �m;mgl,, .L_;°.°° a0 ism gay g $ • b. 1271 ' ap II1. , 71 III -, as ' MATCHLINE 61+60 1,C;0 — a ATCHLINE61+60 o w m m N N N w 11110 O. 41,E m 0 F.nox r,�o° w. 411E °r OM°�,a„ spEET 98 of 199 RECORD 01848185 110. STR 891 CM PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) _ =NEI CITY of CORPUS CHRISTI TEXAS Department of Engineering Services r� }M Naismith E1IJIOEEIIO� I55 .,�1 ,E�o�u�eF.°p`e „ame x g 41 e It '� WATER & WASTEWATER PLAN & PROFILE — STA 56+60 — STA 61+60 TBEE Flrm R°gl°tr°tlon No. F-000355 _.,.,.2-001.4...(SARIS 101ran..,..2-..11-.110... 61+60 62+00 62+40 62+80 63+20 63+60 64+00 64+40 64+80 65+20 65+60 66+00 66+40 ti ro ro wo p.- cpm 8 z MATCHLINE 61+60 ATCHLIN 61+60 TA- 01,00 a=10.00 AAAA 149 gBfo gg BB z• ga €ae _ r . II .i 62+00 - -1 I • J4-6.-2. rt=10.50 /!i!I Qat 99€»gym „� a 1 ,PEp�` 1 I I g d C 77 ,�w TRI 2x4 g---- i s o€, i mosEBg I '^ i B" I I I €48 ' a. o d 'I n - — � ° Iii€�^z..m m11 l , kp— I s g �m 3 6gE4 443x: P I R I 8 14 S A am No4 gggg1 ° I 'a1 Bm -0 '� Em ! kV T. "g �� `1� zs tet13* z9 I • I I� _ -� j u �� F, 3€ °m Rasa i Fa1e.50 + aha r------''x� O • 8 ig . o n mN $ 8 4 Ci 83 Pi - 1 m 0aV 1 I 3m 03 � m - BFl EEu55 1.11481 MO NEWRHE/48roNR 1.1331 SEE SHEET 10 FlA OVALS ` off ° g $$3�� Il M° 9- B" qo i 61e.50 mm - if -- - m ca _ I � 2 — H —°,° �'° Nom ,� -; I I „ _ STA=651.00 - B _ rL=1.5.50 P m3 B� I s g � - .H eag• .EZ� �A$ v Y$ amu T _L T 7ik A, J , -y yb CRs otm €' y • ,c.. =x S I 3B ggm mgaeog ses� y V m I 1 ATCHLIN 66+60as a a MATCHLINE 66+ 0 Z® N N N w w o �' RM X0. OA a .1F 004RR,a„ sEEET 99 0/ 199 RECORD 01848185 110 STR 891 CM PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = .0 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services itti r� }M Naismith E11JIO6EI10� I55 .,�1 *,E�u�eF.°`e „ame x g e ti '� WATER & WASTEWATER PLAN & PROFILE - STA 61+60 - STA 66+60 TOPE Flrm Reglstretlon No. F-000355 66+80 67+20 67+60 68+00 68+40 68+80 69+20 69+60 70+00 70+40 70+80 71+20 71+60 w m ,o N cn a o , F.. , ABo I MATCHLINE 66+60 ATC LIN 66+60 1.18 ;� P. 1 Jr I 41 NH�I m g . P= rYS DODY,�STRE T �� epn i _ SCJ U0 so so so mss.1 > I9. _ - - 0 as: Ha Ez ag S4 �� - m— q4 �. b 0 T s goo Boa ' 16 Ag y. 1. k 0 a F aQ 05 — — — ' . _ (N _ o — x� x1� RR � �RURE W�Rk �I. 8m + so si gWl3 sm. f r, S €0 g= MN — —® -I_ HAML N DRIVE �� —� AAs s a L , `B I 4� o � w's eo xu r. B � y� I I S e _ a mo i =a @ -IIa a I 04� g E N n �b � a 5 I 8 ATCHLIN 71+60 as MATCHLINE 71+60 a Z® w m mN N cn o, N , w o .a a, .a 00 0,e,o o x w. au 6o 0.�,a„ SHEET 100 o, 199 RECORD 01/18185 110 STR 891 CM PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) —.7.3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI r� }M Naismith E11JI0EEI1O� I55 .,�1 ,Ep`e „ame x g . It WATER & WASTEWATER PLAN & PROFILE - STA 66+60 - STA 71+60 TBEE Flrm Regletretlon No. F-000355 71+60 72+00 72+40 72+80 73+20 73+60 74+00 74+40 74+80 75+20 75+60 76+00 76+40 a c.LI. 71+60 , { / z \ l 1 . ' ! y \ ( } . ... � , m� ~ . 1ro a GOLLIRAR ROAD 1 �1 i 74 00 r, awke. -; 11 17� I�\'/) t ! \ I r.�.neo CD KM IOW 110. O. . __ _.DUE ._ SHEET 101 of 199 RECORD 01848185 110. STR 891 CM PROJECT 811087 GOLLIHARROAa FROM WEBER+ TO STAPLES ST. (BOND i .. eeye�=_. Deportment.\��=TBEE El w Naismith§\ ■gm n■ NoFz, / Z;§ (; , Wa&W��mmN&P - STA age - STA 76+e i3,2102-301.13 K. (SARIS 10 01133.3,13,0 22-1013-1.311.10[3.0. 76+80 77+20 77+E wcn a o •"�'- B. MATCHLINE 76+60 ATCHLIN 76+60 -IIRp6g 39 Psi . N n rs t I . t Ong ono 0 0 78+00 78+40 78+80 79+20 79+60 80+00 N o� N � a _ I g • `AH BC—.=�.i.. II 135.. / Enmx e• u xsrtRuxE 8 6C, ro a c8w. Flu£0 .r0 ,� ix wox,mw . o a a a II1 r------ RgR 6A Ill : I` 80+40 80+80 81+20 81+60 IIII ...--"I ,n� � o h m I. 1IIIN .IIII 1 a III 111 u I IYIATCHLIN 81+60 w m m Iv N N w lift, o., .ft 03 m 0 nom REVISIOX 110. DUE DMno,a„ SHEET 102 of 199 RECORD 01848185 110. STR 891 CM PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) _ = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI r� }M Naismith E11JI8EEI18� I55 .,� ,E�o�u�eF.°p`e „ame � x g e It WATER & WASTEWATER PLAN & PROFILE — STA 76+60 — STA 81+60 TBEE Flrm Regletretlon No. F-000355 81+60 82+00 82+40 82+80 83+20 83+60 84+00 84+40 84+80 85+20 85+60 86+00 86+40 ATCHLIN 81+60 - Is•I '� aim e• w� .E� P� 1g Ilei I .1 ilL 1m�� s� a 11!! ofr mm' aAA 1111 " IP" NII hg zB �9 Y 11 - �9 8A€ m 2 1111111111 F 111 1111 1 ATCHLIN 86+60 w mw 0 n7: X0. m DV E 060 SHEET 103 of 199 RECORD 01/18185 110 STR 891 CITY PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) —7.....0 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI r� }M Naismith E1IJIOEEIIOO1105 .,�1 *,Eu�eF.°`e „ame x g m It WATER & WASTEWATER PLAN & PROFILE — STA 81+60 — STA 86+60 TBEE Flrm Registration No. F-000355 86+80 87+20 87+60 88+00 88+40 88+80 89+20 89+60 90+00 90+40 90+80 91+20 91+60 wcn a •"�'- B. MATCHLINE 86+60 ATCHLIN 86+60 t 1 GOLLIHAR ROAD 871-00 PROPOSED as PCP SlORMW ER LINE 224-00 �- 1 � g € € mN QB m ��g r bI• 13 2 S ' 1 1. o� `/ i 1 I 1 1 Qem �. ;1 0 1 T Pi AP, Bf m Q gym III 9/s I• p4 (ir uix.) Doi PLo (i� MIX.) PPE CS a Iq�= s N qg IIS R_ Bm �a m m A 0 zd f N 1a ¢4 U ,p o Ro. !s a i = a 1 ' e o '� 1 ATCHLINE 91+60 as ' MATCHLINE 91+60 Z® _ w m m Iv Iv cn o� Iv -p Iv w wa o RDA D. OA m nom DUE o�.�,a« SHEET 104 0( 199 RECORD 01848185 110. STR 891 CITY PROJECT) 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) EA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI r� }M Naismith E11JI0EEI1O� I55 .,�1 , E-.... „ame � x g e It WATER & WASTEWATER PLAN & PROFILE — STA 86+60 — STA 91+60 TBFE Firm Registration No. F-000355 _.,1112,-1..1. (SARIS ,..ran. ,.22-1,1-1/M.mr.11. 91+60 92+00 92+40 92+80 93+20 93+60 94+00 94+40 94+80 95+20 95+60 96+00 96+40 ro ro u, ��- B MATCHLINE 91+60 ATCHLIN 91+60 — illbramili IR� OH � pB gq €""$�-.4 00 og IAS 5' =9L V1 1111 o m / ' W'/ S 8 IAj �: 1111 II m -. gg8 ;etNy �: aya o msm m3JJ A gQ � a.�a fia s '0 .=.gyp - ga IN I \h ( \_=a o� . gg 5 :,# __ z� ER g, — ae al,€-- d IH �� may. u II' IIIII IIIII m� 1 Al *....' ...' 711 , t mio.,.NA..wsots %%jfii& f* L��� 48,18x„ D �-- __ ti, __ SLI ORIAWAL E FL LIN r 11:11,E i356.2. O GOLLINAR ROAD ws cns ���� g5+00 %It 94+00 acv sownwnLEN uru. —naovcsm36 vnlFarRE / u,¢o/N it Ram 2a o ' 1111. 1111 II 1 11 IHIl iloill • IIIA Ih, 11 , .-..,ii-11 Il ATCHLINE 96+60 N cn o, — w o DA D. m 0 nom OM DUE oeer.�,a„ SHED! 105 a/ 199 RECORD 01848185 110 STR 891 CM PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI r� }M Naismith E1IJIOEEIIO� I55 .,� *, E---.. .° `e „ame x g e It WATER & WASTEWATER PLAN & PROFILE — STA 91+60 — STA 96+60 TBEE Flrm Regletretlon No. F-000355 Z,21(12 -E01.1.11111. (SARIS lO 22-1,1-1ALM SAVE 96+80 97+20 97+60 98+00 98+40 98+80 99+20 99+60 100+00 100+40 100+60 101+20 101+60 W m ,o N cn a u p o �_ ... B. a'n »s gg Baa : sal 1m Y�E� 4� g2 ••- Mg TC 6 96 I, 1 u 7(ij' 1.: 6 SA aim R i& 3 ATC LINE 96+60 i� a _ 234 A „3e iII i III � ti Pi ER Rao 3m — —.� 41i -3a .Ep S Dim god - eg _,I IMIpp�I s r z P r VIII PVC WATERLINE O W ar �o IV In 0� N IV -P IV W V O KM 0 DA RV D nom ON a,E o� SHEET 106 a/ 199 RECORD 01/18185 110 STR 891 CM PROJECT 1 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -.7.-§ CITY of CORPUS CHRISTI TEXAS Department of Engineering Services El }M Naismithx E1IJIIIEEIIII� .,�1 ,.... eF.°q `W g e "�' WATER & WASTEWATER PLAN & PROFILE - STA 96+60 - STA END TBPE Flrm Reg letretlon No. F-000355„ame V.Shia-SPILINVI NOP ,P.Pr, ro .ra,,CP ,.,.2-u...,_,r....11m ea� m8s oars E gi pp -egg El gE r Rmp�B 9$a 3 g WI aF� So mz �" 2}m N g u a r v n i$W r WEBER RC =_-o leg 1 1-80 —0+80 —0+40 LATE o F o END GOLLIH. MATCH (REFER TO CITY PROJECT NO. 81301 C c �+ Ii -N 1 1 ill, v' 1 1, 61 . 1 to rs € a — a b a OB�A �Sil+'ri 1-20 0+00 0+20 0+40 0+80 0+80 1+ WEBER INTERSECTION (STA 52+49) - Jo 1 - €$$ Etl 04 - c POSED. ex cum em B LI �8m JJz m8 B y - a GOLLIXAR R N z A '�� 5 N z—. y -. ' -O h s z c o m. 0 tNr —s9 I}- 1 I 1/ ' Igo E ill -no ,� x� 1 m. r 9y ►. ` k ��=a 5 g�f y 74 m E 4y ' a .. a o p z o ��, -y 54^g" EB 4 8Pt Y g I go, m O r RINSIOP 110. O. BY OISCIPPIIGOLLIHAR cROAD PPEm o6c.o,n. spa -1107a 199 RECORD 01848185 110 STR 891 Cm PROJECT) 811087 FROM WEBER RD. TO STAPLES ST. (BOND 2014) -7...3 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith EngineeringIncNEI ...�1''uaa.Fp."�` = g '.. ti '� WATER LINE LATERAL PROFILES TEPE Flrm Registration No. F-000355„ama ..,11122-mwn. mn ,MARE, TO .ranC..,.,.X-uIE..,-_.,r...E.11m 8s'R z$LB m� rt3 fir? g€€g 6 grim r € 3p�B 3g g aF� So m r, l g u a v / /, }� 2501 AAAA 3qqa 3C€ — i3�a _ ._. E t £ i ti a_5o ogg sFa pm€ �H m g g I b fo 1ENI ll 0 BON CIAVERl, +20 0+00 0+20 0+40 0+80 0+80 1+ LATERAL AT STA 55+55 gPROPOSED SW BO. CULVERT g&9 g oz ' m az ms 540la0 ill GOLLIHAR ROAD x'' 56 ,0, I A2 m Qom• 1 .1 — G �— •'..SEE _F4-- — ig �� AAAA. AAAA AAAA AAAA g ag � m a gm m N : v ROn D. m DATE a DE�RP,a,I spa- T108 199 RECORD 01848185 110 STR 891 CM PROJECT 18110187 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc ...�1 'uaa.Fp."�` Ge „ama = g ti '� WATER LINE LATERAL PROFILES TBPE Flr m Reglstratlon No. F-000355 8 s' R z$Lik maim F 5 . 33g M €a F So m p4 !u C. . H a a _ . v 8 0 o i q 7 8 STA: 113.89 E¢ (34 MIX.) APE (z V) ECE (11 MIN.) E S4N a a ^5m b - C z 61 -m€ 9m 73 am���1 . �— �— ii_—iit . 140 —0+20 0+00 LATERAL AT STA _ r — a 1 1 - �' _ I PROPOSED S OMER, J € �I k, VI ' , o . E 271 I7 -7 $ j N 63,50- -� F I - I I -_ - 1 GOLLIHAR ROAD �ATi I -- _ __ 07 AIT 64,00 _ a €B \` i &" �y m Y r 1 zJp 1 1- I �s,�g,„tea eo CULVERT I Y _ .—.—.—.1,—, r i 9 Y 0 B --W1-. > $ eB Y sg — - - 4 S u . . H . . O : ti 6 RDAS1011 MD. DAM RV .'E . oEsrEo,., spa -T109 0( 199 RECORD °RAMC NO STR 891 Cm PROJECT) E1 1087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.* (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc \ ...�1 '.uaa.Fp."�` „r�,a (^l = g e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reglstratlon No. F-000355 ..,.,.2-11.. ,SARI, ,..•an ..,.,.2-u1E..,_,•. 0.11. mW n '' z$L 1k m mP rt3 gg pp on fir? :gg€€g o .I 2i .6 p �B 33g F €a F So FR !u co 03 x3 H a a _ . v 8 b £ ;_ m STA ISSI.62 WHO (24 ROI.) 0.141.1 NN.( PIECESPOOL 02. 4(7 SENO (PEOUCEP 2 ; °..PPE« PIECE;� i b aP ' . n 'J z e' � A =a 8 oN V, sn�'"g 8� nam � �� � � s 4' 1 � oro of =o �m o �� l •- \ m •_ :•i_ 140 —0+20 0+ LATERAL AT _-mow_ .—.—.—. .<s -Ki LcI IIS � �yA� 04 65, SD _112� pi, GOLLIHAR ROAD � 66+00 a 00 _I Bg�a N N g / o,. d oz i� 8 0 8 s*wo „moo sox cu ,. a 4m - n AI It; 1 — °-.0111111 %1:. b B WAWA e� ee N r , ` � -o IPI G 4' j LI Ma 2 •n - S a fs N R9 u= - N A I m ana 5 as ;V 8 AAAA 1 u m m ro co co O IIRIS1011 MO DIM III DUE OMNI,.GOLLIHAR ena,HHo°i 799 RECORD IMMO NO STR 891 COY PROJECT) 01087 ROAD FROM WEBER RD. TO STAPLES ST.fit (BOND 2014) -.7.3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services ElNaismith Engineering,Inc '"'""�•.,, . ..� .1''uaa.Fp."�` „r�•a = e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reg lstratlon No. F-000355 ..,.,.2-..1.,SARI, ro .IanC..,.,.2-u...,-_.,0..E.11. mkg fir? i€€g� 2i .6 p �B 33g ' €a So !u m m H a 5 _ + v 8 is AAAA AAAA AAAA o 1A2 II II ItIiib II z sum (ir uix.) ST, 135.35 ¢E (14 Rix.) 62X6' i.. PIECE (2+c CROSS (2E- tix.) I - e O.i. PE (O 3a8, b s i „ ag _ m o _ 49 a sn R ;Ae $ �• oz a o ; o m mWM � ; I2bEo sx, o r� 1-20 0+00 LATERAL AT STA 11 1 - zs % A m m I 613 -FDD _ I I GOLLIXAR ROAD o I 68150 P i �E 1 � OD + r AAAA. n AAAA . e� 8. m D 9Y o — — �sIN� �,.1e an. enL�� oy 73 9S'— �_ o • 6-...€' ' — — 38 iNy ^ APE (6 LO ECE (O+' um.) - s O.E,u.J. iaww RRrnor sum. (IR. ux.) S D o m 6 S �g s is m o, H co co O : 3 6 RINSCH 110. O. BY DUE�.�,a« s(Rrr 1 1 1 a( 199 1.00 ORWAS NO. STR 891 cm R0.0(1I 07087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.* (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc h ...�1 '.uaa.Fp."�` �„gm�a (^l k = g e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reglstratlon No. F-000355 ..,11122-..an(SARI,ro.Ia>,C..,.,.2-u...,-_.101•M.O. maim F6p�B 33g a So ' 2.0 a m v a a � � v6 a,> c 4 Ila 1 1% � v 4y .........i .yNy AAAA. o zt ox 5^< z .pq VF AAAA AAAA AAAA 1 p pqq mh F s 8E 34y reo -0+40 In gv_ cmm F� s I` v. `` B e _ -.H_` - Ifi—. .11r- r, > Q1-, 1 I T PROPOSED s.r . c�..�cm 1 oxo m ; _s x. I al I i I 5D I 1 GOLLIHAR ROAD I r 1 o'4 -r00 p8 ' � or•. sL • _ _ F 4t ,, ,..,,,rY Eg ea YAAAA. m r71, Ig.-,.. A o f oN xs m �� 4e ,ii i { i01) o •o aB aha \y _ 8 r^ s =S: g III oomm CI 3 LC rms5q i $ I. 7 IIu F, il a m H a a O : .I 6 Br DISCRIPBGOLLIHAR cROAD DUEasc.P,a« ena,H H2 , 799 RECORD 01848185 110 STR 891 CRY PROJECT 1 811087 FROM WEBER RD. TO STAPLES ST. (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc h ...�1 '.uaa.Fp."�` �„gm�• (^l = g e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reglstratlon No. F-000355 ..,2122-N..OP,SARI,ro.IanC..,.,.2-uIE..,-_.,0....11. 8s'R z$LB m� rt3 fir? g€€g 6p�B maim r € rT, aF So u m 03 g - vi 1-00 —0+80 —0+80 —0+40 —0+20 0+00 LATERAL AT STA AAAA AAAA AAAA y 7 E i j a LONG 11- SPOOL E Nn, ir E2�CROSS LCE) PPE(„LF) aim P 0 y SE 9,.: di s 1 34a AN pV i �� 4o.zo ;: I baa -- ISI \Ila\ 9( 1 I - 8m .' /f 1, Sit o� ` 11t. 1111..... M •IMill -- mow- 2 F. 0 � —•—•—.—•—. • L e PROPOSED 5.. am CULVERT IL AMI $ .V �� w0P �§ DD 4y �I I GOLLIXAR ROAD I _ATE zi R 4-FI.IIY • Jm . o + a I.. 20 0+40 0+60 0+80 1+ /10111 ". . 0 aY a s a 4 z•'i � -41 2� SE.. Al 11 1 TR NI STA 73+51 IPE OEM LF) °1.. °1, - 4 OJ. WOOL PIECE ECE1.11 NN., 45§n g s "s F. gr. . N : v g RV DISCRIPROX REVISION ND. DATE oEsrEo,a„ sn¢r 1 13 °i 199 I WO ORWAS NO. STR 891 CITY PROXCT / 01087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) E...0 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc ...�1 '.uaa.Fp."�` „r�,a (^l = g e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reglstratlon No. F-000355 ..,.,.LI-IV..NVIL ,SARIS TO .,a„°..,0122-1.41E..,_,,..E.IVE 8s'R z$LB g pp o gn fir? gi€€g� maimx r 6p�B rT, €aF So u m m g A 1.00 —0+80 —0+80 —0+40 —0+20 0+00 LATERAL AT STA AAAA AAAA AAAA c Q I �y"' �z o � ''' �yefl`-PyLE iS^F�u6 i, .ice '- - �5t E w8 t$: g5 E`€ I i Jm. V °' oz a� s =pzaaPFm o�L -gym o \ J'a ¢o m' A� i + 0 .wI r r\\ \�— 1 "l L mow —} — j.em I.■ $9 m WIOIIIIIII \� WIWLME I _l —•._._ • r o Eo ,.. m.CULVERT T T a\ 1 "76+0 i GOLLIHAR ROAD I t I 761 ■■ 4k - • S� �� 'm AAAA ' m ,+ BOX a 20 0+40 0+60 0+80 1+ I\ Eg �8- E m i �r. - - -3 ; �8 76.05 PE Ca L) ECE (1+. MIN.) - PECE (1+. MIN.) + 0,..18.,. EORG PnfERR 02 18�R.1 �3 Y a. g 4 $u m v, ro u a O i v 8 RINSCH NO. OMB BE DISCRIPRON REVISION LID. DOE�.�,a« 911271 14 01 199 RECORD 01848185 110 STR 891 CM PROJECT 18110187 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.it (BOND 2014) = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services 11E1 -Naismith Engineering,InC * h ..� .1''uaa.Fp."�` „r�,a = e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reglstratlon No. F-000355 Z,11122 -E01.1.11111. (SARIS lO 111.),V10,0122-1A1E1.4-.10.1E.11. 8s'R z$LB m� rt3 gi maim r sgp�B m m N„ g sm� (ir uix.) ST, 79+79 ¢E (24 x.) . WATaVAL PIECE- 12. W (24 2112) - e 0.1. PPE +2 LF( / �"` gp� / 8pE S / �ti � 3u '� (00 —0+80 —0+60 —0+40 —0+20 0+00 0+20 0+40 0+60 0+80 1+ LATERAL AT STA 78+79 m�A ado /® / / �' _ . °� _� m o o t ■ � \ 1 I :1.____P_...mll _ ir ____ „.loim --wi ,.„,..„,.„.. ---„, .... ,, o �_. .„,,,,,,_ . Ji, a' s / n 78t )_ z ____ 1 I* 1 _', 1 I / � ala 79,00 ola ..'a \ ➢ q . e v E o i 11ms — € t , — ®IMI GOLLIHAR ROAD e a .411111111 i ril ny� 5a a - NI Rtv- II i E gm H a a tR RINSCH 110. O. BY DUE o�.�,a« SHffT 1 15 al 199 RECORD 01/18185 710. STR 891 CITY PROJECT 1 ((1067 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST.h (BOND 2014) EA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith Engineering,Inc ...�1 'uaa.Fp."�` Ge „ama = g ti '� WATER LINE LATERAL PROFILES TBPE Flr m Reglstratlon No. F-000355 +\§�?k `R k' I b§§ |EI I ` ~ % . . ; g } 1.00 —0+80 —0+60 —0+40 —0+20 0+00 0+20 0+40 0+60 0+80 1+ LATERAL AT STA 83+27 . ... ... 77:I, / ® \ : I , ` ) R Lgg- . . \�- p _ . / j I' yz | �� \ -= -- F , �_�--- @} ® �J� »< _ _ § � , Vim_._. , ! , |§\ , �I_ ). ( _ , |} —_--D —_�- iih,:l IA u li R § . . 1! e° |: 1 1) so /fljEP scs @ - . N , ,WARM MD. DAIE Br MORMON " MD. DUE DIMCRPTODH spa-71160, 199 RECORD °RAMC NO STR 891 COY PROJECT 1 E11087 GOLLIHAR D FROM WEBER 7�:ST. 2014) CITY of '- CORPUS CHRISTI Deportment \� Ng NNaismithNaismith\ ■gm n ■ ,� , Z;§ (§ �§ WATER LINE LATERALte a TBPE FR No F-000355 _010122-mwW. mn MORES ,O.ran V10,0122-1. E..,_,r..E.11m 8'R z$LB g g pp gn A fir? gl€€g� am E:I mim r 6p�B 33g � €aF� So W m ro l u a v ,. oma eE ogga `A� ,i1 y� 8 !^o8 h�^ — — Iym od5 � — — — s;g; - �.^ ohm m� �$aa A ImL„o ^€ „ �A • 88g i I 0 / GOLLIHAR ROAD m4 . a .o a — UNE -)Si- II 0 mg 8”, ^ `-g m oA 5 m : I s i m i o � i a Q g� 4.1 i t` m m _ : I Ai-OO 100 —0+80 —0+80 —0+40 -0 +20 0+00 0+20 0+40 0+60 0+80 1+ LATERAL AT STA 84+04 a a➢ \ oy . IE Bi �� EB E1 �s' " M I 0 BE .5 `� of li g 8 3? in rjo ` x`,411 E F I� IS �_ -- go, m N : v d g (i ROGOW MD. DEM RR a,E m o�.R,a« spa-T117o1 Ise RECORD 01848185 110 STR 891 CM PROJECT / 811087 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) O = = CITY of CORPUS CHRISTI TEXAS Department of Engineering Services El Naismith Engineering,InC '"'""�.,, ..� .1''uaa.Fp."�` ss,amsa = e ti '� WATER LINE LATERAL PROFILES TBPE Flrm Reglstratlon No. F-000355 ..,.,.2-M..110 ,WARE, ro .ran ..,.,.-uIE..,-_.,r..E.11. p�B maim FB 33g a 11 gy LeP� iW b Om .o'� yyFRg -- pg�uuuu vii Y eV ym 8 5 m g mg /_� -0+40 —0+20 0+00 0+20 0+40 0+60 0+80 1+ LATERAL AT STA 92+67 ohm , a— a�u I --fo !.. --- - � - I I s -IMIMIESAIMEMIda 0 I GOLLIXAR ROAD eiiiM • 4 $oma 1D •... g y A II' B op _ .11 m y a �N € /I i • N / 1 .. ____ 4 . 8 AR I n8 uz HK tilb'ffiildit.... - AAAA.g9 sg RENSIOR MO. O. RR OISCRIPROX REVISOR IIP. ME MC.R,a« ena,178o, 199 RECORD 01848185 110 STR 891 CM PROJECT 18110187 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) -r.....0 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Ng Naismith Engineering,InC ..� .1'uaa.Fp."�` = e ti '� WATER LINE LATERAL PROFILES TBFE Firm Registration No. F-000355„ama ..,.,.2-..1. (SARIS ,...a„,..,.,.2-uIE.., ..IE.SEMMES 11 1111111 I 111 III!_,, III 1111111111111 II I I1 1111111111111111111111 °',11111111II1�„ , �as��,�I�►I sm� ,1!2 ,,,, a II11111 m 1 II 1 I I IIIIIIIIIIIIII 111111111111111 IIIIIDII 111111 IIIIIIIIIIIIIIIII I '111191111 �a� %IIIIIIIIIIIIII IIIIIIIIIIAy'11 1111111111111111 11 111111111111111111 11111111 1 1111 1_I.I_IIIIf 111 1 y III _a +'- 111111111111 11=II„. ,111IIIIIIIIIIII II ilii 1 1! 111111 11111111 1!1111111IIII 1111111 IIIIIIIIIIIm111111111111 111111 ti 8 F ti 111111111111111111 yy 111111$ I 111 III!_,, III II I I1 1111111111111111111111 o , . oa i. li l III sm� ,1!2 ,,,, A III. I ...1 II '':i I I _ IIr � �a� %IIIIIIIIIIIIII IIIIIIIIIIAy'11 m'1111 1 11111111 1 1111 1_I.I_IIIIf 1 y III _a +'- 111111111111 11=II„. ,111IIIIIIIIIIII II ilii 1 1! 111111 8 u a m N N m : t 6 DUE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) WASTEWATER LATERAL PROFILES MNaismith CITY of CORPUS CHRISTI Engineering,InC TEXAS _____ A0,00-001.1.71.717 070.17 (SWIM 70 EIBIRALIII7,192-8101•700 t 0 2 0)00 z0 rol MATCHLINE STA 62+25 MATCHLINE STA 57+05 END GOLLIHAR CONSTRUCTION MATCHLINE 52+05.63 (REFER TO CITY PROJECT NO.E131118 FOR CONTINUATIO Kt] Erid 04 FIE MATCHLINE STA 67+45 ;‘t MATCHLINE STA 62+2 MATCHLINE STA 57+05 ItEviStx DESCRIPloN IMISM NO. DESCRIPT011 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGNAGE PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith 1.11.1Engineering,Inc TBPE Firm Registration No F-000355 VAMP -MADAM MAD (MIMI AD .111,9ACW.p.2-99rwaZ MATCHLINE STA 77+85 1 I+ 1 i o Itl I 111 I • X14 TQ, ▪ � I I I Ti I 1 e® °O° I; Itl x. 0�° I !I 1 I � I °P I lto l I III I I;H o MATCHLINE STA 83+05 MATCHLINE STA 72+65 MATCHLINE STA 67+45 11 0 EI r i0 'P 0 al 0 09i o MATCHLINE STA 77+85 MATCHLINE STA 72+65 °441117 REDISIOD DA E DESCRIATON REASION LO g co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGNAGE PLAN CITY of CORPUS CHRISTI TEXAS o Department 1 Engineering Services J Naismith Engineering,Inc TBPE Finn Registration No. F-000355 L 70,9190-0371.1110 ROAD ,SINTES 70 •71700,010,91.2-0KANA9 N NOI1Df 1SNOJ MATCHLINE STA 88+25 1° MATCHLINE STA 83+05 CALVIN E MATCHLINE STA 93+20 MATCHLINE STA 88+25 .73 5 REINSION ND. DMZ DESCRIPTION REVISION 113. DATE DESCRIPTION COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGNAGE PLAN CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 ,S310N N0110Na1SN00 MATCHLI `E STA 98.20 EC EVA DUE DESCRIPTION REVISION NO. DESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGNAGE PLAN grA CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Finn Registration No. F-000355 L .,9190-8071PW.. ,I.Ara 70 .r.n,.,,„ ,.2-,aN. r« RIPS-DE,.w> RONSON RD. DATE DESCRIPTOR REVISOR NIO DESORPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGN MOUNTING DETAILS a CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 0,9190-80717R ROAD,n.,7ra,o.r.a,C.,,,R,.2-00XM-DI,.wR Y B g e� e 6 e. R(R B f3 R4. S 8 4� 9g "y"ySs�i:a�a g. I4% H o s R. k' Z R P -p r t 101. 111111111111111111 m , ar��e Remo R.... i s I;' r R•i' s — =i t .. g i. 3 a ; a i. i. $ R s k are 4 M a 4 S4'_o 4 .a g REQUIRED SUPPORT SIEN SUPPORT u-na z .q. (111-1)nrn nm 01x eul ea-nu rep san qi-sl ry 1013110(1)XX(T) -B10 A A A - 9 4 F 4 6 RENSION MO. DESCRIPTION REVISION NO. DATE DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGN MOUNTING DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Jnc TBPE Firm Registration No. F-000355 a0H3NV 31301\100 RE42,.4 £ o m ag f v TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS MISIONM USCRIMMI DESCRPION gq Z4 co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) SIGN MOUNTING DETAILS (ARTERIAL & COLLECTOR STREETS) A CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 OR r. ti� ,011x1-00LNNAR 11.13 treat 70 REDIRA[N11,1•192-5711.N• 'war. ° ��'§ MATCHLINE STA 62+25 r14 END GOLLIHAR CONSTRUCTION .3 MATCHLINE 52.05.63 0 (REFER TO CITY PROJECT g$s .� NO.E13088 FOR CONTINUATION) R33 ri &m g§z ii QoMIP® 1 2 54 §P ' soj i ® I I o 111AI—I VE° P oo 21 I • 0. I I I is 1 0 1 I 1 0 0p � mo 1 t.- °kl COLLI AR ROADao� i,,,,— I o 7, _ o o o i oroO« GOLLIHAR ROAD n� L 1 P-4-1-71 t. R4 ° a � 0 II ® �* I cru 1 1 kI . I� DOD 1 — I01 0 IJ I I o Y u_ u_ 1 1 1 l it ST. ''q a I N Vd. a1 Egm3 -0 II® 6o El a . MATCHLINE STA 67+45.� . . CATE En• DIMCRIPTION , NO. MCI e. DESCRIPTION e& sx¢r12701 199 RECORD D MHG RD. STR 891 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) a . - CITY of CORPUS CHRISTINEI TEXAS Department of Engineering Services R TEPE Firm Registration Naismith�� Engineering,L�c ti No. - i t 000355 F • 3' ".° . ,, .�.;p`,�,s`,kWA Wlet, n € „ H PROPOSED PAVEMENT AND STRIPING PLAN Dn9192-sotD.D ROAD mw° 70.,°mPA07:192-511117w RAM OS MATCHLINE STA 777+85 MATCHLINE STA 72+65 p3 €gyV 4g E g EE�B a N w" 3a@a RE € 8�q� �� SBg ISI 1 III 3i °° _ �1I / SBI °I 11 °°,\\61 f I h °° III + ° ° 1 1 1 I -�' I 1 ° 13� VI. g — 3� :4 - "_A a ... Rp 1g ' I I ° o §g 8 I m Mm, dei '-z it �1 x = ±.: — \\I d 3 I I DOLPHII- sg D V<A�II °° I 10 I III I IaI °° 's l '',.:1 .' 73 I I €� PL. 3 DD BSI II I $ j1 I . , s ,I. 4 'x B ' g g el a8Ja H km, a �$o 6 og �?4:14I I I1N Ile yD - 9II _SI f I —Ik\ ;II II I r I �, I °. °° ° °. $J1 Ir` ° m i 1 I ' '6' ISe�,o ° _A I g \-- •7g sd Pg E� s 12-3 ('' 01 „ID,I DD, i 13•, b° 4 \ \ I °a a � MARIE '�I I I It 11 ST. 'gp 1 n 1 � ¢� �a � -� _ O DD+ZL 9 3d 03,7 n ,I °D aX41 �§I } ° 1 ° I 1 21 ' ° � MATCHLINE STA 77+�® o MATCHLINE STA 83+05 2® Rms DATE DESCRIPTN REVISION NO. DATE DV DESCRIPTION a �° W� g ep GOLLIHAR°ROAD FROM WEBER RD. TO STAPLES ST.itt (BOND 2014 CITY of CORPUS CHRISTI TEXAS Department o/ Engineering Services NEI Naismith Engineering,Inc �„ i e N PROPOSED PAVEMENT AND STRIPING PLAN rape Firm Re istr.t or, No. F-000ass 9 x,71+2 -1.D Ria• ro Vv[gMwmVIn-5111117,0 wxao MATCHLINE STA 88+25 MATCHL NE STA 83+05 NI g2; �B :r111 IE E ma = a 4 $ 1 1 D 1113 ET III 3�•r = i 1 N�` 01 9 McGREGOR DR. � ° I 3� 1 e - I T I g,R �'2 '1 g = 1o9g€ a8i� b II"g6PI b"'� ¢ p qo" I II 1 �'9 li I dal R �4 .7. I g II I I 1i1 o� I I T � I I I �4 3. 3 AB gmi � -i I I I I" I I53 Q 6 T — I I 4 � _II mm� �� I 1 1 II s $4 � o 1 'T °°l 8 / 1 °° l I 1 1 I m l �� 1 0 0 I 1 5�9 � 1 ' 12 CAL IN DR. - o A-\� � I I II ` II � I — MATCHLINE i h I I ° 18 I yl STA 93.20 I Ari PI ° � �D II ® Z MATCHLINE STA 88+25 10 D O NAIE MORMON L.@, a.PROPOSED _ b b GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014 ) CITY of CORPUS CHRISTI TEXAS Department f Engineering Services NEI Naismith Engineering,Inc °�. a5,a°�F�:�F a. / £ 6 "''' PAVEMENT AND STRIPING PLAN rape eg1sera o -r Ranor, . F-000ass No 10 NIIN.V.N11,0102-4111.ma 'YARNS %) 11 Nig 6��� ) 7/ / § ( / _. ®� 0 I m �tilliiiiiiiill ■\ / / k / [ ;IE1 J 2 ) /j 7 , ° ill 1 t .. _ � � ''' \ } . II \ . y .\ ) ) '- ). \°. N (>PE ��-N-. a ,�� sP�xa cry, M>E ) 1 ran pm uMs lvPEi (19 OLD) / g8�0a/ _ /_� act �. = --F—n M ER (� 1 (�Kls rvrt umos o ° ixc \e \ enE iwE s'x 0mj . R;A) gii :U J �� j ] | 174 � 1 lm !® f/ 23 E i !1 \ , II ,..�'' ■ I ° . m . 4 �, -§> H •ni ƒ. . ' � / , 2 \II 01 �� ,; �. q ®P °§ 1 lm°© , —� 7- . §y'[i: s s AF ST. •"1$ \ \ �_._ _ NO. _ BY_ . __ ° •-•:,- |§_ria I ■ co �M WEBER RD. ID STAPLES ST. ® 2014) CITY eco CHRISTI�// DepartmentEngineering..r«T. Naismith ��•(©`\ ,,© ,,(\ § { Z CONSULTANT'S SHEET PROJECT NO. 9192 PROPOSED STRI BPE Firm No F-000355 0 011tlflNIlNO MATCHLINE STA 0+25 30 MATCHL NE 2+56 41, 1,DrISIDN 110. DATE DESCRIP11011 REVISION 110. DATE DESCRPTIDN GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) PROPOSED PAVEMENT AND STRIPING PLAN — WEBER INTERSECTION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 z 17 07 'g Fr�E :09? a o i3" a ma a ani- $3 SSR u a M� rJ 7474""— 4 WM-. ease L1ne {] \ <• xni1e Lane ane travel. woy to edge of travel. way. The median excludes turn lanes. The median rolckh might De different between intersections, interchanges and of opposite approaches of the sane intersectior FOUR LANE DIVIDED ROADWAY INTERSECTIONS l law ee e e // " White Edge Line / CENTERLINE AND LANE LINES \ �. �_ FOUR LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS woY .greater than W adv F3 s �e , s s` 8 2 iga3 R�88 30:1o e_ m o3s' •e - oo�o Sg g R 3293 :i' a'- o4E 8d xll [I S V ,0 m0 B: d g = � X e 3P 21 i g3 F - F WO LANE TWO—WAY ROADWAY WITH ASy mR m111 F, �,, 2J 3. Da width Of fr 5. Per qua, tenet W: lip, 1 it il. 3 4" WhIte Lane Line II- 000000 HN— v v v v FOR POSTED SPEED (HY ROAD BEING MARKED EQUAL TO 'e•i000a0000FOR POSTED SPEED ON ROAD BEING MARKED EQUAL� YIELD LINES : aal car us., it seal be a mimn num eon N) and me ravn na ft, .a arae<nmanirn width ie m. full anwia.r . -eopired if del ineatOre or bcrrier reflectors are use, along refer e'ee'here the YS WITH REDUCED SHOULDER ACROSS BRIDGE OR CULVERT ,1III oo _ OR WITHOUT SHOULDERS 3 o jik grip Ne LANE LINES OADWAY T SHOULDERS <>riOb 'i- $ Q ma na 29 9 : R oo : s ev a3 e -" / €e a` m �m 9 R$� s§ oma 3 mom e e�F - < sm: 2:, �i 03 '3e8 �3 8' H a$y= m ��a�.°off amn .3 .9 8 .^ a o� e� § -,.25., m F° Z 8 .,$iii E9. e$qd$S-, 800 Bo �3 - ?Zo A $30 A n g, ' n g' x- "-s gig ?Q �� E F - mp — _ v K z R N o S 3 0 x 9n Ba a d RI i€ — .P �"=3 Lt,g3. I s" 0 - sy v 3 , 3 = a e za we on $ 4 ANIMA NM DATE BY a,E BY DE.,D.e,a�, smo 132 m 199 RECORD DRAM NO. STR 891 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) ^e !7 =■■■7777= CITY of CORPUS CHRISTI TEXAS Department of Engineering Services NEI Naismith, Engineering,Ine ,,,,,,,,, CONSULTANTS SHEET PROJECT NO. SINS TXDOT STANDARD -TYPICAL STANDARD STANDARD PAVEMENT MARKING TBPE Firm Registration No. F-000355 102-001.1..1. 1.0 70 BEBE MIL 012.2-7x007-11wMEN7 wiliceLSME. r II m -r V REFLECTORIZED PROFILE PATTERN DETAIL k/ e . q USING REFLECTIVE Pwa„E PAVEMENT SUaxINEN Jr4IC ° DE',, D 1 1--1 T" NNmA aut. field check for the thIcknee, of Meeheight of 7 quarters.4" EDGE LINE DR CENTERLINE OPTIGIML E. EDGE LINE OR CENTERLINE REFLECTIVE RAISED I FOR VEHICLE POSIT SEE DETAIL SEE DETAIL B' 0 CENTERLINE FOR ALL TWO LANE ROADWAYS a r Type 1° Type II. a E..,< < T 7> 1. NN CENTERLINE & LANE LINES FOR FOUR LANE TWO—WAY HIGHWAYS °. P..a.^eo0 °m...... Type II A A 171 111 I Mir Type A A DETAIL "A" DETAIL "B" DETAIL "C" ": }{ ,[\ }.�\ A° = - ] | �`� 1 _ _ ., ,! \ \ \ \ § § \ } 44 >, - ,2 _ l'` \ . _ R R o \ �, | `\ : \ {,�\ ] rft \ ( NI F,E \ , , j}}\ }j \ / . y ; t 2 \[ 0-1 VA \ li 2 ! °\ _ ! -_ !' ! : ƒ py � � \\ { [ ) \ &o ` P,' } © } }[)} - REMSON NO MU IV BESMIRCH RENSION ND. OKM BY DESCRIPTION $.' g., vim 133 of 199 RTLERO 09 1NE NO. STR 891 GOLLIHAR ROAD FROM WEBER mem�:s§- Aa amit -- CITY a CORPUS CHRISTI TEXAS __,w _,ServicesTBPE •• Naismith Engineering <. \ _, CONSULTANT'S SHEET PROJECT NO. 9192 Tz STANDARD- POSITION GUIDANCE USING _e_ S REFLECTORIZED PROFILE MARK FRe _ No F-000355 ATATIRE-ONTANAR ROAD ISIADIT3 10 •IBEINTMALT,DIDA-TAA01-NADAINT ANAAARISINA '''''''' ngli Fri":i2n'ol 'Fal.'2:s:A'l4r.7c«-M7F41:744iIiLM7-ii rri''Re n'Lt; I II it F. § 1 IMNOR CROSS STREET (0.1,11SY, ...MIND, — I Ikl0 iI n r Pi 1111IOR ss. 11110-11M. ROSS TREF 101 -SIGNAL HEM r Yellen Sol id w SU DETAIL A IiyolEl MEMBIONN NIMP. Lee Note 5 AL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURI TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILI 0 0 0 111 ; pro - li I4 ) 1 I , i _ f. NLY Or: A i Li, ol000 *** TypIcolly et. . '. *. IeffffO of Ofof. ,ffIo SU II TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN I .. , : je cv = 01: I ' - . to °: 1 -....-.. to, —,- tgt- .. 7AA VT xt- att to .,• 0••vi° v4 A A Z 0 -o V I 1 MAJOR CROSS STREET 1 - i 1 1 0 0 MATERIAL SRECIF ICAT IONS PAVELENT MARKERS IRELTECTORI2ED/ IN,A200 ;a1:i: . ° i p . 1 Nan A& * 11 oki f\ a R ! 6 6 5 ws • ii• ' 2 -a —. a 1 Ei ,,,_.gggggg i: I i " Texas Deportment or Transwtoir. Ar .. PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM(3)-I2 2, ii 9. ,,,. . 2' , 9, , F rr, r, a 0 P n ONLY RDAS. NO DAM By DEDDIDATION DIMON ND DATE By 06DRIATION ' 8 0°-' L() — — 2 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) Ai CITY of CORPUS CHRISTI TEXAS Department of Engineering Services El Naismith EngineeringInc 0,17-...Y•70 7- .'1 •?:T:IP:::,..• Y. 0°0 TXDOT STANDARD -PAVEMENT MARKING FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS TB PE FIrm RegstratIon No (170.1.B. 70 001[1.4,11,1•10.1-0.10•MA-PAY-M11101.0•0 TAL'igrff STANDARD INTERSECTION (TYPE "A" CROSSWALK) REYSION NO. DIMORIFICH MISCH NO. OESCRIFFION GOLLIHAR ROAD FROM WEBER RD. 70 STAPLES ST. (BOND 2014) CROSSWALK PAVEMENT MARKING DETAIL CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LI Naismith Engineering,Inc TBPE Firm Registration No. F-000355 ,111112-E01.6. 111. (MIMI 1P5 NEBIO.,1•10,11112-CC-411,[0.11. 11(.-114 f7,77.! •-36 NOISNVdX3 SAWED LONGITUDINAL JOINT REVISION OLSON:TON REVSION DESCRPIOON GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITT OF CORPUS CHRISTI CONCRETE PAVEMENT STANDARD DETAILS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MNaismith Engineering,Inc TBPE FIrrr, Registration No F-000355 z:sprn-courn% ROAD (SWUM 70 •IRRIO,Cwil,610-CL- SR- ADA DerAIRSDRE ld rinv JNlNJdO UNI1 REMSION DATE DESCRIPTION RENSION 110. DATE DESCRIPTION COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRAIN CURB RAMP STANDARDS 1 OF 4 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services rrnNaismith EngineeringInc TBPE Firm Registration No. F-000355 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRAIN CURB RAMP STANDARDS 2 OF 4 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith Engineering,Inc TBPE Finn Registration No. F-000355 ti� D U ra , T^ c;.33-'',,,'), / �T J _ _ aRm L;", r aas wc. ox Z R C \ 1 m J -•£`sago .. sx T JI �z PHONF 55 REVISION NO WE E.,,E DEW ION 9E9 -139a 199 RECORD DRAM AO.. STR 891 CRY PROJECT 1 ELMS) GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) e n CITY of CORPUS CHRISTI_ TEXAS Deportment of Engineering Services _ Naismith. Engincering,Inc �` n t -: CONSULTANTS SHEET PROJECT NO. 9192 CITY OF CORPUS CHRISTI PEDESTRAIN CURB RAMP STANDARDS 3 OF 4 TBPE FIrrn Registration No. F-000355 Z1.1.-1101.1.11.111. ,1101.I1 1111101,,V11,910-1=- 510- AtIA 110/61011 CATE GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI PEDESTRAIN CURB RAMP STANDARDS 4 OF 4 CITY of CORPUS CHRISTI TEXAS a Department / Engineering Services MINaismith EngineeringInc TBPE Finn Registration No. F-000355 S.,3192—OOLL1.1, ROAD (STAPLES TO YeLBEI,CIVIL‘91.32—CC—STO—DRNEWAYS DWG L81 -46 SUMMARY OF CONCRETE DRIVEWAYS WEBER ROAD imk, ., gum-- gm"gm; OMNI um, l 111 am, LW"MIMI IMII im, in Ell im, non im, IMINII im, MIMI Will I.... imam I•••, =mil Imm, =Nom I•••, =Nom 1•00, loom mom Ism, =Nom I•••, IMII MEI INUMPI -- IMEV - IEW* REVISI N NO. DESCRIPTION PENSION NO DATE !DESCRIPTION GOLL1HAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MT OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS OF 3 E.! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 88888888888888888888888 888-'88,'8,'8888888888888888 1RNEWM5 GC DIMENSION 13' (FT) 'El 8,88:88,8888,88:888,:88888888,8,88 REVISI N NO. DESCRIPTION PENSION NO DATE !DESCRIPTION GOLL1HAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MT OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS OF 3 E.! CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 POPO (STAPLES TO MBE 1,CM,9192-CC-TD-DPIVEWOS W-CIPT LINE DATE DESCRIPTION REVISION NO DATE DESCRIPTION co Ro Lo a GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 2 O 3 CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 rvgi9X-COLL1.5. PO. !STAPLES TO WPPERIOCIVILO9 lOa-CCESTO- CONVOYS Doc • a Ito • DATE DESCRIPTION REVISION NO. DATE DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) UN OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 3 OF 3 of CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 V.,91•2-001.1.0 (170.1.B. 70 001[1.4,110.10.1-00,10-0.1...000 UNBUFFERED CYCLE TRACK AT SIDE STREET INTERSECTION rri 0 § >kr ai — rri I —a REYSION NO. DIMORIFICH MISCH NO. OESCRIFFION GOLLIHAR ROAD FROM WEBER RD. 70 STAPLES ST. (BOND 2014) CRY OP CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS OP CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LI Naismith Engineering,Inc TBPE Firm Registration No F-000355 L 6 X 1 310A3 O3N333D8 INTERSECTION (SIGNALIZED OR ALL WAY STOP) rn rri rri 0 REYSION NO. DIMORIFICH OESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CRY Of CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 2ora CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services LINaismith Engineeringlnc TBPE Firm Registration No. F-000355 L ILl 313A3 O3113ddff8Nf1 w c m m 0 r m AH az wz 0 0 1 m r a m 0 7. c 2 c 11 1 m m 0 r Oz 0 REYSION NO. DIMORIFICH MISCH NO. OESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CRY Of CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 3 ora of CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services LINaismith Engineeringlnc TBPE Finn Registration No. F-000355 L 4 X BICYCLE SYMBOL PANEL DETAILS REVISION NO. DIMORIFICH MISCH NO. OESCRIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CRY Of CORPUS CHRISTI CYCLE TRACK STANDARD DETAILS 4 ora of CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services LINaismith Engineeringlnc TBPE Firm Registration No. F-000355 L E,9-192 Cal,. PO. (STAPLES TO P5D50,051500102 CC STD CPO WOO, 15 05 CIP550 m a• m r 111/13111311n3 REVISI N NO EIS DESCRIPTION REVISION NO EIS DESCRIPIION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CI, OF CAPP. CHRISTI CURB, GUTTER AND SIDEWALK STANDARD DETAILS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MiNaismith Engineering,Inc TBPE Firm Registration No. F-000355 1 rti a ) DATE DESCRIPTION REVISION NO. EPTE DESCRIPTION GOLLIHAR ROAD FM (BONDRD. � STAPLES ST. WATER CHRISTI _:AND EMBEDMENT DETAILS 1 OF CITY of CORPUS CHRISTI TEXAS __, of _ Services IMNasmlh ■gmeeri.g,/nc TBPE Firrn Registration No. F-000355 Z (\ / 9 , - \ 2 } �� a; \ /} /( \ '22 „N : /)ƒ /; \ \2 } «% d\}\t-/§2\2,° I ., ( — ^ [%t\ / w R2\ RT q%\, \ ; 4 ) : / rti a ) DATE DESCRIPTION REVISION NO. EPTE DESCRIPTION GOLLIHAR ROAD FM (BONDRD. � STAPLES ST. WATER CHRISTI _:AND EMBEDMENT DETAILS 1 OF CITY of CORPUS CHRISTI TEXAS __, of _ Services IMNasmlh ■gmeeri.g,/nc TBPE Firrn Registration No. F-000355 Z 0/0 (STOPL 1,192 -CC -STD -W. DWG N NO DATE DESCRIPTION REVISION NO DATE DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY DF ISZIS CHRISTI WATER STANDARD DETAILS FIRE HYDRNNI, VALVE 60X AND LID 2 OF CITY of CORPUS CHRISTI TEXAS Department f Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 n.9192-COLL1.7 17 O. (STAKES TO WEBEFERCSILDS192-CCESTO-WATEE DWG 4 ten a $� m lj RIN !HI VAre.= 1511.0, i i • PETE DESCRIPTION REVISION NO. OPP DESCRIPTION co D b CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY OF CORPUS CHRISTI WATER STANDARD DETAILS ADJUSTMENTS, CASINO DETAILS, RISER DETAILS S, NP. VALVE LAYOUT 3 OF A CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 CURB AND DOSTE 9 PctvETO'RY t EREO (mv�wuCUS. Tvow INA. To METE) UU, CORPORAON STOP -3„3„s 13A7ER MAW —METER BOR (R✓ Gs. ARO, ONE —LA E APB717 (ENCLOSE SD. APCty uttE) 6—=6'6667" iPRO”:E SERV/CEW/THSIDEWALK NOT 10 SCALE GODNTNOUs T,aMS COPPER.su°y re CORPARAT,ON 570P WATER MA. Nnoss of 76ot, aj ss i areo”:E SERVICE WV/TNOUTSIDEWALK NOT TO SCALE STD SOENALLY PROPER,' ONE— WATER MAW (r,Losc w,T„ Pos:ETmE) 733:77URRs 7ROujMar70"A TER)T""" NSRaN �v cvi"Pr" """Z" SERV/CE WTI / SIDEWALK TIED TO CURB '7374"D"s"33"LITFT774:43c7f Zr" SERODY TEE kvA7, hays cuss AND Gum, mETER Dor �AN ZS 2NCLOSE Awnu APotrE, LIE coPPOR 3710, `Ro'u�o-s OPTE70 METERov �VE( 57, TYPICAL Cl/LAW-SAC SERV/CE NOT TO PCP, 1'. COLPLINC, 61;37 611r mro„ MSP, TYPICAL CONNECT/ONDETA/L NOT TO SCALE 1,66 coos TYPICAL CONNECT/ONDETA/L NOT TO PCP, rob: DT /e" 3107, BRASS '75,' DETAIL RMARKERLOCAT/ON PRESETSERV/CELINE MARKER DETAILS NOT TO SCALE SERV/CELINE MATERIALS SERVICE CLAMPS oavo noNorewruT,ov neP ccawAco m nu� scw�cc TnPs PPrn 2`"`ss" ov,"- GMT FTC. SORG .01 AIF OLT R`7�:7:Vcc „aNEO,Es '"'" "" "Mom ONR� Af s , ,ANGLE METER STOP 7"= recsZNEL" O,AMv INrE s: METEv mu D Nv,VJT METER (BY METER A.STES' AND CHECK VALVE A v OTHERS) REO:oREOA �ii.M;,EE,P sE, ADAPT, Onl7PONC r?r 0773.7,7 „00,79 AT A„ METE,., - r o- , - TEAM„ ,P_ R✓ PAL' CONA„SSON_ METER BOX " E�s„Na nre„co,7 AoaENs Owrey 7reEoT reTToreer-S ro" o- reP7i: MEsEre,,,sem,T DAssuENT BOLLARD DETAIL NOT TO SO.4E CONSULTANT'S SHEET PROJECT Ab. 9191 4 sHEET152o1199 RECORD OWING NO. STR 891 OTY PROJECT / E)Yl97 100r011 1131066 ALJ L 68 S 9N 06X630 MOB 661 11-UNS D� A o� m D'� Vm Z DD Z �x o 5 L516 VIV 1J3/9tld 133115 51 1015501 3703S 01 103 (ThvIlN301S31:1) SV3HV 03AVdNf1 NI NO110310Hd 31OHNVW (1V103dS/031VAIll f10) SVRHV 03AVdNfl NI NO110310Hd 31OHNVW srnA 5 11ON3e 0310131031 ssov ans 31330303 11( 11/0 sos sumo. 330083. S1011110 N1168311S 501 NT. 110110.3( iVWdur 31VN 13001 31961 SONI1Y00 03A0(IddY 3313.1.3 31033.1 SIN3133d1f1039 31OHNYIN _ N3e ° 111391 1311 ,x m1 VMD 00 000 an31 3 300 3129.00 0300.3 x13nxro 3 (11.03ddV 30A 3301100.5300 .30.305 .01/4135 MI33331033 3. 01 (131111.1115 38 ism 331103004 wows NO 1.03.1 38 AYH xourouno3 3103.1 3..531033. S510033/311 110A .9 lS 1311.03X1 3 (3dlmoss d d3313rv013 .91 n) idid0a38 SN015 3104±3V.01_3._40 r 1 00(.. 3111 Stl3NO3tl 0 0 O,:9-1 590101X1 TVA 1n11N11 053(30.112) 4331 b 3x1W0303T. 12 `01 3a3Nw isms 13X5 3Ca1N00 ) 0301 l O1 3e9N0V 13 0 xL1Vn10a03. 1. AO 33.111 All(t3 SI CNV 103103d 3. sou,sassun A1.103041 3Nl Z Z 331dV110 0V1 OS 831d 53011,00. 10 350100 3141 031.011 0333111000143 38 AVN 513101.300 aNV S3011.300 300 oreirlirEla Z5522011.Llinle 30.V3533 33N10 3111( H 1030 S301110300 1.03 31111.13 ONV 33041 .1 30 11.111111.15rWirrO'n'' r311 .1 :S310N NOIIOf1H1SNO0 H31VM31SVM 1VH3N30 31.5 01 103 liv130 1V3S 3dId 5/ 0 (331 V 133531 NO 011033.1 30 rv0 bads Sn 1 x1A 0,111;73.141710i 311331S 3313808 313.03d (31311.00 30 A 33X0 1 1111 JO OISNI 31VOS 01 103 111411.9 - W 9Z SOS 3G 50311111 30110333140 3409V .Z1 7313 3180601d 301008d 015 5156 01 sidn .9 NI 0313.000 NOVA.. 13313S 38 01 7310131113 IVNIA 35018 103011(0V ONLISlar 3111 JO 553.0. 335. ON 21 S533301. 1 3 x153411 1131. 3.13 03/1031.11021313 10020 m 0NIVI .0111 31OHNVW313H0N00 .z+ 00 WI MVOS 01 /ON 1IV130 31OHNVW 39INHOS10. NNW 3011041 Noul3nla Aw 1maU;NmoO Nux 13 utt r mwmus3a NUM 22 %,01 3e A mN3ef1Y Nrld ,1011035 of 3ara0ens JOtls d0110Vda0 di((wn .a )nmelno"0 sy 133d 3X015 1331151.3 301/10. (ss3N33941 .11 Hon.. 30LLW31303 31380303 VINO] (0150 9Z 3 00,) 3O 91 3S 31.0300 15003. (suil 511110V 0331.1191 30101841 0038 tweeieeeeeei �f 34113 335 a'3e 33.5 01 103 (W01109) 31OHNVW 1:131VM31SVM NVId Nu) masa 1/a rdw �a -,J1I 341 _II 00:04 J53081/1 1310941 !mous31380003 WA 03.15 3 38 11VHS 1101108 31OHN. 30303 3.05 01 103 31OHNVW SSV19E1391d 00 0t somensd0 .s d�0ldlorava0 'a" (Mb .a )nmeln039 50 113d 33015 NNSnao 30X103411 183.1 33011.1 533.3 MAI 331411 S001103.00 d0110 313140. =TM 313a0N0012Npd (SAVa 92 0 raw iss3A11101311 711A.13 001) 31111 711A 33514001d NO11033300 MOW .Z1 1113 318.10(1, '".00318(1tli0uJ1i0oaas3" 3e1151117 ' 111' 1' OxZM (t 3M10 0115011 TVA 109%,1+3X0193 i4 0X050[3 N00LVW t -c 1332333045M 313.011d) 101-P0 31330000 5d 0033 3 ammo i 001 503415 v SXndn3335 IONIN3d0 1,081 138300 JO d01 01 03 30V 1) Slw tl 1310f maws 141010. (00/914131501) ours omens 1N3H30 01 733)13V8 arms 5 1N3113030.311 8.38 30,0 00 3131102100 54 0006 x1 (55) '13315 0331333 a300d--a300dnn s9mn3s aNV 33031 0105 1433 30IAC. 103 x13415 8 5.1d 335 0NIN3d0 103.1 %0X .31) 51X3 OD JO d01 01 0 30VId ( 410A 503111 3daH msrsTrNis xl (55) .0m 1.133 309103d 13315 30001' ) °3AVd0n 1,13A00 "E NIH d0 NOI1ORS 1SI1 GBAOHddV HRAO0'8 ONIH FRP INSERT REHABILITATION OF EXISTING MANHOLE 11V13G 1VSS 3dld 1H3SNI dNd ROISION NO. INMCROTON RONSON NO CATI OISCRINION W �— REHABILITATION OF EXISTING MANHOLES & MANHOLE RING AND OVER DETAILS WASTEWATER STANDARD DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,lnc TBPE Firm Registration No. F-000355 00-001.1011 ,47/171.103 70 00117177,111,0102 -CC -010-00§0.707 MEER 0.7107.07•0 E. 8 Em m ��, O Z=�. m' . q 2 g Qm 8 . Em &m i o D m D co n Y f • Y o m g� ` h I 2.1 VALVE AND MANHO . 1 pp m $ if 'j R! ij b 1 G1. o:,. l',1or Az.l� ,. �\ 1101 nnns,,,- mi , m �� 8$, �m �L� P. 1 a n A S A Ili A59ti• 5 �' 4 �£� `w - 4 � r g$e oQ i p y� o B i .p �p n 4� DerM AS r�aunaD � Q ' tH $ € QNB s _ 0 8 e e P D D1 p 03 g31_ 5 m A gm _ gigi '38 ,S2 €pp '91850 490 $0p€"A `m S G m Z m as s 8 8 RP ig W 883`- T t9�8m 2 . fib$ Fr '2 APPR, bD f_ 21 Z___ 43, 5P A 1 8 0 z O 88 I— 4, waiiiia ®gI q a 8 8 s F g§ _---_ 8 o 77 oPo 0 �g —i Om 5' 8 o 8 o. �m $ ' E i lirg e -o ��', r-...�� 0) C�VvV � 9 Ik 8 m Rml 1 z r•� g�O 1 II 11 0 -o w O z 8 O>]M�ai ��. P. O�� Z r cpglz O D ��D�\ Z � ij�je e� a ivfl © � • t m < O� m O Z OZ� < m 8 �. 8 �m a m 8' m m 8; sjO 1€ 0A" - _,. pose _ m REDmw sx[Ei155 o1 199 RECORD DRAMC xD. STR 891 AIR RELEASE VALVE, BOLLARD, AND SERVICE CONNECTION DETAILS it CITY of CORPUS CHRISTINEI TEXAS Department of Engineering Services TBPE Fo-m Rogstraaon Naismith. Engineering,Llc No. F-000355 ��Q1 _ r 1 °a N. . N $ WASTEWATER STANDARD DETAILS 30F, ,0142-401.N11 IMO MANES 10 NONIFONY1041102-44-411,44314•41,9 MEER BOALIIMS g irm g� E gmn8m5 �" 48"g "gg � mg ym gm ^R9 = pFgfS g= mo ,-0.0--5 Pg° g.0 g$�`y mm gmm� 86 g {{��g 3 Ria F� qS ism 01 : 9 g.m$o SBea 0 8; 3 8m o g Oq vDi 2 O 2 Eg z8 8' m 6 his 1 n y Z \ DF 1 1� _I d a g ,g {�{ R d m 9 1 29 pr D g8 4 m a—I o 0 a �..= iia n 'i�1,� _ ,lig 2 $ 6 4 P g8 p a �m ms 0 SM n L t�"I, w 2 °,, �Er�. O fpp�8 uz 9 w fo 9:8 $ 9 gF m = p I o 80 q '�� P 8 o �# E8 1 - og r it 8 8 a FINAL e.LNN TAB. UNPAVED ARM) m ma 8 y 9 F a I s-frtu a F �ae o g g. t50w TABL BEDDING AND IN (BELOW PIPE TO 1 m E: R ION ST BE SHOWN MTABLE 1 TRENCH BACI FOR WASTEW NOT TO SCA. (SEE o 2 zo g �s F m C9 -I9 ven�cs (\ 9 k3 s )XI = / mm I m $rFag 111 11 1:'. ao H a 0aa�em� om a � ^ 805 � TABLE 2 FINAL BACKFILL (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS o m log -IP ') m m8 $Sbc s�„ 0 888 'F u99iu.g €Tw 9� g� m F p 8 d aCu e 070i m saSi0 ' l5Np= P9PI Ogg m 00x w. DOEm rcscxini xtv wrz m oeso. vnn = $ 0 sVEET 156 01 199 xrmnu 02911910 A9. STR 891 PAVEMENT REPAIR\BACKFILL\ GENERAL NOTES\CASING DETAILS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Naismith--��" Engineering,InC F ?�i .J' CONSULTANT'S SHEET PROJECT NO. 9192 WASTEWATER STANDARD DETAILS or 4 TBPE F,rrn Registration No. F-000355 9192-COLLI.P PO. (TARE, TO WEBEETRDNILD9192-CCESTE-STOEIVEM v z TD. 37,33HOS 731, 17.17,0,5 0 2 11111111 EEEI DESOR,ON REVISION NO. OPP DESCRIPTION co I COLLIHAR ROAD FROM WEBER RD. 70 STAPLES ST. (BOND 2014) LO CIIY OF CORPUS CHRIS11 STORM WATER STANDARD DETAILS I OF A CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services riNaismith 14.1.1EngineeringInc TBPE Firm Registration No. F-000355 1 E,9192-COLLI.P Pa. (STAPLES TO WEB,CM11,319.2-BC-STB-STOPABBBC N NO BY DESCRIPTION REVISION NO BY DESCRIPTION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) Ott OF 0..1. 01.11 STORM WATER STANDARD DETAILS 2 OF 3 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MiNaismith EngineeringInc TBFE Firm Registration No. F-000355 ,919 -COLLI.P PO. (STAPLES TO WEBEF,CM11,9192-CC-STD-STORAILY. \\\m\2\\/ g\} ) }\ \\ 2 / ° i S ;/ > � . ; }\` , ` ° : \ 2� 8'' 'rl / / 're g,g, FiNAl�9 .'g''g' 28 ry %:/\ }mm \'° \) wd '''g / ( (% 8\ \ .1[ . DESCRIPTION REVISION NO. DATE DESCRIPTION GOLLIHAR FROM WEBER (BOND TO STAPLES o�RM W /o DETAILS CITY of CORPUS _. TEXDeportment g _ __ MiNaismith En,mn ■ TBEE Firrn Registration No. F-000355 Z & S L ti - S 8 8 8 8 82 8 0 8 8 8 8 8 ti_ 2 0 555 5 t 5- 5t. .. m U. u N- t e w t f e_ 0 8 8- t t e:__„ w 'id x t; t: u- x 'i6 w :. t e m m - a t w t VATER STRUCTURE SCHEI BOX OR MANHOLE SIZE 19'8'%1]']%8' 8'-10'x8':10' 5Z tim.:-...oLi: ,..:9w8 !T SCHEDULE THROAT EXTENSION '6 T p ut m m P. P& G U a. o_ ., m. e e m$ e 0,8 ti 8 5 e.8 8 m m ra = 5 m m U u, m T, :, u, m e ra ti m . w & ' U ,. U& a u 5..• .74' - 8 8 8 L 8 0 8 8 0 o 8 8 a o. o. o REVISION NO. DESORPTION RENSION NO. DESOOPOON GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER STRUCTURE SCHEDULE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 L VATER STRUCTURE SCHEI BOX OR MANHOLE SIZE 19'8'%1]']%8' 8'-10'x8':10' 5Z tim.:-...oLi: ,..:9w8 8's. ig REVISION NO. DESORPTION RENSION NO. DESOOPOON GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER STRUCTURE SCHEDULE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 L z.,91n-sown..dn (MAPLES ro.r.RACIII.1v-..0 Drr..:DES • SSR WE 04 2, 1" 1I'd13a NIGd321 'S'I'N 31V35 0 O n F 8 inm O n 8888 •- 01e xi m SRS95F m58o d 8 r ` 10 —I -2 N 9 RR 8N Ire 3HS 313d0N (Gla) NOI103S avd 213 a� a IF 51 r 0 p89 01 8 m� N m co E255 4 6 8 O �0 m 0 U1 1) CO Z tfl n n Z 88 Eig �aF 858 O 85 0 Z 8� z nm m co S m5: 6 VRRIES F. f�8 F € 8n 8 gR 891 i/Ba a ' 11 8 Biba§ d 5 O€ ppppF" 1e1 -o D DENSON MD. DATE DISCRIPDOX REYSIOX CATE DEXRPTION 2 COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS A CITY of CORPUS CHRISTI TEXAS a Department / Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 z.,91n-sown..dn (MAPLES rooa..:.A 1V1103 03AO ddv ?JO 1 m 0 m NOLLVD1J12IV1D od ro RNISON MO. OKIE REYSIOX CULIteliON COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS A CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith EngineeringInc TBPE Firm Registration No. F-000355 z:V1Sz-nuuxti` on (STAPLES ro RnMWSV1S2-rc meuno c • z iA O z w O z 0 PAP 0 E Iy 1 �AF VARIES. 10'-S' TO 12'-r (FIELD VERIFY) VARIES. 13'-10' TO 19'-3' 1 -D' F ELD VERIFY) 16. 6• 113-10' 3a iE :i 1 �� r � PROPOSED BEYOND EXISTING BEE H° L KUTCH SLOP OF scams sue vn. BOTTOM SLAB OF smsnss moo cuussr. PAINTAN 11' BOTTOM SLAB THICKNESS THROUGH SLCF£ 5•_O. i�•I /N BARS n! 1!I ET EII EII 6• 113-10' 3a iE REVIS.1011 NO. SATE DESCRIPTION REVISION 1.10. DATE DFSCMPTION CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS - JUNCTION BOX NO.) A CITY of CORPUS CHRISTI TEXAS Deportment 1 Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 :i EII g ^fit ou�i �� ET EII EII Eo c I I I I IT 1 ,r_ 1'-6" + Em §; 6'-0" ti EIII EII T B" 4g$ FpR l ♦ "� §� c 11•_6• '-6 REVIS.1011 NO. SATE DESCRIPTION REVISION 1.10. DATE DFSCMPTION CDLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS - JUNCTION BOX NO.) A CITY of CORPUS CHRISTI TEXAS Deportment 1 Engineering Services LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 Z,11122 -E01.1.11111. (SARIS lO IMIALS.0•E Z O Z m 0 0 N MIA NVld LL+ZS NOI1V1S :L; � p ::;L::1 0 44 no gto NAN Z O Z m 0 0 N MIA NVld LL+ZS NOI1V1S DUE Ln I Co IG GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS - JUNCTION BOX N0.2 AND RISERS EA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 :L; � p ::;L::1 0 ygo4 E�y NAN DUE Ln I Co IG GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS - JUNCTION BOX N0.2 AND RISERS EA CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 Z,11122 -E01.1.11111. (SARIS lO 111.),V10,0122 -1•19C IMIALS.0•E poti 0 -< ZZO r r- rD mD Z r Or Orr 3rmN731- mu) o0 O m O Zo Z z mm -10 m� 00 oz x O—< XI13 ZD mr *m m me Z-> mr .TJ y cm 0 Oz o oz 0o 00 Z m OZ rriZ m 0 COO OZ x Z m n ti 0 Z 9 5 DUE COLn I I - co GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS - CONCRETE BOX CONNECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBFE Firm Registration No. F-000355 A,,,.2-,01A11.NOM En.TAr„ .ran ..,,,,2-TMm,_A011_ .EAV. BOX DATA 1 _LI m 0 D iRNER OPTION "A" CORNER OPTION "B" s. r�Cv� :2 SINGLE BOX CULVERTS PRECAST 4'-0" SPAN SCP -4 of IS 2N ti I a A.o„.a DATE BY a,E BY DE.,D.e,I, sn1 166 ot 199 RECORD DRAM NO. STR 891 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) ^e =■■■7777 !7 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith, EnginceringInc ,,,,,,,,, CONSULTANT'S SHEET PROJECT NO. SINS TXDOT STANDARD - SINGLE BOX ,CU WERT- PRE CAST 4 —0 SPAN TBPE F'r`" Rogso-aeon No. F-000355 cc BOX DATA )RNER OPTION '8CORNER OPTION "R" - rai —1 - _ �_ A� i, , rt SINGLE BOX CULVEI PRECAST 5'-0" SPAN SCP -5 rn Nr a3 m - NO o..L . M �M m DESCRIPTION $REMSON R vl[n167ot 199 RRXRO OP INE NE. STR 891 GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) v __ CITY of CORPUS CHRISTI TEXAS Deportment of EngineServicesng Services NEI Naismith Engineering,Llc �"'°v0�;r"-t ,,,,,,,,,, ( CONSULTANT'S SHEET PROJECT NO. 9192 TXDOT STANDARD — SINGLE BOX,CUWERT— PRE CAST 5 —0 SPAN rape Fo-m Rae�so-aeon No. F-000sss ZA.D192—OOLUNAR ROAD 131.13 10 •IBLIO,ALOAIDA—T001-1.0A—OANEESe. °'-- . /' 4 , °8.7i '4 8,-,-, ,, . 24 4 455' 72 P,. , " . p 1 - '1 - r,',7--_;" 2''" ''''' --c5 '. iy :, c. . 9 , „ _ _ _ ' 8 . 1 „_ - -. z , 1 @ NIM 4,.,.._4,... ,,1. .2.) Mt, Minnbig.... 2 ' .54. - E iiiii Ell C re iiiii En , r, —3 . ' - O M 0 r„:' , ' (.,•,) ,', ., C.-04,, A : 822 ,-, — 0 52 0 0 E2, BOX CULVERTS PRECAST MISCELLANEOUS DETAILS SCP -MD kz RMS. ND DATE BY BESDROATION MS. ND DATE DI DIMORIPTION ...-. .. g co g p, LO - u) GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) CITY of CORPUS CHRISTI TEXAS Department of Engineenng Services El Naismith Engineering,Inc -4 (fEca:E.4 s ''',4AV:,:s' i 4. "4 TXDOT STANDARD — BOX CULVERT— PRECAST MISCELLANEOUS DETAILS ITEM SPEC NO DESCRIPTION EA 2 UNIT GOLLIHAR ROAD W/ WEBER ROAD (SIGNAL) 11 416 DRILL SHAFT (TRF SIG POLE) (36 IN) ALUMINUM SIGNS (TRAFFIC SIGNAL, Ea LF 56 ]2 618 CONDI (PVC) (SGHD 40, ,2 5 * LF 58 13 618 CONDT 1PVC) (SGHD 40) (2") (BORE) (.25 KW EO,LED LUMINAIRE Ea LF 222 ]4 618 CONDI (PVC) (SCUD 40) (3") LF 53 15 618 CONDT 1PVC) (SGHD 40) (4") LF 58 ]6 618 CONDI (PVC) (SCUD 40, t (BORE, LF 301 17 620 ELEC CONDR IN0.8) INSULATED LF 388 ]8 620 ELEC CONDR 1N0.61 BARE LF 183 ]9 620 ELEC CONDR INC. 61 INSULATED LF 366 110 621 TRAY CABLE 13 OONDR)112 AWG) LF 588 III 624 GROUND BOX TY G (162911)W/APRON Ea 112 624 GROUND BOX 77 D (162922)W/APRON EA 2 113 628 REMOVE ELECTRICAL SERVICES Ea 114 628 ELC 5RV TY D (120/240) 060 1NSIAL(E)TS(0) EA 115 635 ILSN (LED, (6S1 Ea 116 635 ILSN (LED) (85) EA 2 117 680 INSTALL HWY TRF SIG (ISOLATED, Ea 118 680 REMOVING TRAFFIC SIGNALS Ea 119 682 VEH 510 SEC (12")LED(GRN) EA 8 120 682 VEH SIG SEC (12",LED,GRN ARW) Ea 121 682 VEH 515 SEC (12")LED(YEL) EA 8 122 682 VEH SIG SEC (12",LED,YEL ARW) Ea 0 123 682 VEH 515 SEC (12")LED(RED) EA 8 124 682 VEH SIG SEC (Ir",LED(RED ARW) Ea 4 125 682 BACK PLATE 112 1N) 13 5EC) EA 8 126 682 BACK PLATE (12 IN) (4 SEC) EA 4 127 683 PED SIG SEC (LED,(COUNTDOWN) Ea 8 128 684 781 516 CBL (TY 8)112 AWG)12 CONDR) LF 943 129 684 TRF SIG CBL (TY A, (14 AWG) (S CONDR, LF 496 130 684 TRF 01G CBL (TY 8)114 AWG)17 CONDR) LF 230 31 684 TRF SIG CBL (TY A)(14 aWG)(16 CONDR, LF 456 132 686 INS 781 SIG PL AM(S,1 ARM(36)LUM EA 2 133 686 INS TRF SIG PL AMIS)1 ARM(40', Ea 134 687 PED POLE ASSEMBLY Ea 135 688 PED DETECT PUSH BUTTON (APS) 8/810-3e SIGN EA 8 136 688 RADAR PRESENCE DETECTOR Ea 137 688 RADAR PRESENCE DETECTOR COMM CABLE LF 556 138 700 CAMERA PTZ [SERIES, Ea 139 701 ETHERNET CABLE CAT 5 LF 72 140 702 aCYCLICA ROAD TREND Ea I41 702 ACYCL1CA POWER/COMM GABLE LF 20 142 702 ACYCLIOA 2.40H2 ANTENNA EA 143 703 ETHERNET 4000 SWITCH Ea 144 - ALLOWANCES FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) (PART I) LS THE FO SUBSIDIARY LOWING REQUIRED TO ITEM *655 ITEMS WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED 680 INSTALLATION OF HIGHWAY TRAFFIC SIGNALS (ISOLATED, CONTROLLER FOUNDATION EA 2 TRAFFIC SIGNAL CONTROLLER ASY(TS-2)ECONDLITE COBALT W/EXTENSION EA ALUMINUM SIGNS (TRAFFIC SIGNAL, Ea 8 4 * WIND DAMPING PLATE Ea 5 * DRILL 5HAFT(TRF SIG POLE) (24") LF 18 6 * (.25 KW EO,LED LUMINAIRE Ea 7 * MAINTENANCE OF EXISTING TRAFFIC SIGNAL LS t REFER 70 ITEM 680 NOTES 1. IT IS THE INTENT OF THE PIANS AND SPECIFICATIONS 70 PROVIDE ALL NEW EOUIPMENT AND HARDWARE FOR THE PROPOSED SIGNAL INSTALLATION. ANY ITEMS REQUIRED, OR OMITTED ARE E RESPONSIBILITY ILITY OF THE CONTRACTOR AND WILL BE SUBSIDIARY TO THE APPROPRIATE BID ITEMS. CONSULTANTSSHEET 5- 00 03 05 cn Z 07 U z 03 CC O CCti 03 (n W SHEET 1 69 RI 199 RECORD ORDWINO STR 891 GIY P3OJECI / 814881 Laort3 / ,33rc d Azio L6g bJS 66L OL L 133µs 0 0 0 om0 rE 46 2014 1096,21 199165 999,1195N. sl/e, s,/az 066.09 (0) s3 (0) oz oc/m wrvais� os/ae oa/az v/ry ap/s s/). ) r (srv) oeo (009/9z4) a u su vn� woe 6'6.6/949.61auioa 499929 a 4 /wi a << "/ i t s �o s a s aa as i vs s 4 .o VIVO 3DIna3s 1VDIa1D313 JO AaVWWns MALDONADO - BURKETT COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) REVISION NO 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms TBPE Firm Registration No. F-OOg355 MALDONADO - BURKETT REVISION NO GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL CONDITION LAYOUT CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms TBPE Firm Registration No. F-000355 rD 0 3 0) r0 0 ro 0 3 0) SNOTS NSII 'd0?Jd -D O T. 0 0 0 T U1 m 0 0 MALDONADO - BURKETT REVISI NO DERE DESCRIPSION REVISION NO DATE DESCRIPTION Csoci3 d u3rave urr 00 o m 40 0044/040 ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNALS PLAN LAYOUT 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 EMERGENCY & CONFLICT FLASH WEBER RD siTi Sl3NNVHD/SdVld3A0 0,0 O OJ O Om O mm WEBER RD /Ts rOLBI 1NDAVl OV3H WAD'S WEBER RD NVHOVIO ONISVHd SDNINII NVId1S303d �F� rn72wIDN_ SIGNAL TIMING PHASE WN PASSAGE RECALL YELLOW RED GREEN GREEN cLEAe CLEAR 70000000 000, PS MESSAGE INFORMATION EXTENDED PRESS MESSAGE WALK PHASE MESSAGE WAIT TO CROSS (srRF FT NAME).. 'WALK SIG IS ON TO GROSS (STRUT NAMTW gggggggg 2,9 70000000 000, PS MESSAGE INFORMATION EXTENDED PRESS MESSAGE WALK PHASE MESSAGE WAIT TO CROSS (srRF FT NAME).. 'WALK SIG IS ON TO GROSS (STRUT NAMTW gggggggg MALDONADO - BURKETT REVISI UO WIE DATE GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL PHASING DIAGRAM CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-O0g355 z 0 SUMMARY OF CONDUCTORS INSIDE CABINET 8 WI'''1 0888 884820 SUMMARY OF CONDUIT AND CONDUCTORS UT (Pve( m D NUMBER OF CONDUCTORS RNIN NO.TRENCH BORE e LENGTH qB uaswc % V 2,1#IP2/l45/(B.wp47/wc416L Ea qe Nasw) cI (/rq1CzaeaLwEGEc RNT ouraBe /uM CaBLe 22 SUMMARY OF CONDUCTORS INSIDE ARMS g 14 awc f%yB) TRs AR s/c T/c BBB.) COMM CABLE POLE a (se) 10 MALDONADO - BURKETT REVISI NO DERE DESCRICRION REVISION NO DATE DESCRIPTION —I o m ADO 40 20 COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL CONDUIT & CONDUCTOR PAN 171 KA CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 SUMMARY OF CONDUIT AND CONDUCTORS UT (Pve( m D NUMBER OF CONDUCTORS RNIN NO.TRENCH BORE e LENGTH qB uaswc % V 2,1#IP2/l45/(B.wp47/wc416L Ea qe Nasw) cI (/rq1CzaeaLwEGEc RNT ouraBe /uM CaBLe 80 MALDONADO - BURKETT REVISI NO DERE DESCRICRION REVISION NO DATE DESCRIPTION —I o m ADO 40 20 COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL CONDUIT & CONDUCTOR PAN 171 KA CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 -o 00 0 En 0 O U 0 rn O D MALDONADO - BURKETT REVISI NO DERE DESCRIPSION REVISION NO DATE DESCRIPTION ZOE, sL.31.d A. 00447040 ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL ELEVATIONS SHEET 1 OF 2 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 „0„ 310d '03d 'dOdd 310d 'd02dd 0 i7) 310d 'dOdd MALDONADO - BURKETT REVISI NO DERE DESCRIPSION REVISION NO DATE DESCRIPTION Csocu3roee urr 0 o m 40 A GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL ELEVATIONS SHEET 2 OF 2 171 KA CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 m n RooNN RED ORANGE (< BLACK o � GREEN WHITE ,J RED GRANGE GREEN WHITE RED REEN HITE n p RED ORANGE BLACK GREEN WHITE RED ORANGE GREEN ,Il WHITE si RED F ORANGE GREEN HITE 0 to PROPOSED NEMA CONTROLLER is ss sqrs PRANCE GREEN WHITE S ,J RED ORANGE GREEN WHITE ORANGE BLACK GREEN WHITE 441 si RED ORANGE GREEN WHITE RED ORANGE GREEN WHITE A II RED ORANGE BLACK GREEN WHITE 2_ 41, PL1137 PL -14 PL1-15 PL1-167 PL1-1 T— PLi-20— PLi-18— PLi-i9— PL1-3T— SlIV130 dldiS 1VNIW2131 MALDONADO - BURKETT REVISI NO DERE DESCRIPSION REVISION NO DATE DESCRIPTION Csoci3 d u3rave urr COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 201 4) TRAFFIC SIGNAL WIRING DIAGRAM 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 ,S310N 1V.LI3N39 0 z z x 0 z z 01 z 0 z co w 0 CD } '›F< eL X � ,-4-,4101 -aIS SNOIS NS1I .dOdd SNOIS Wf1NIWfl1V -dOdd MALDONADO - BURKETT REVISI NO DERE DESCRIRRION REVISION NO DATE DESCRIPTION Csoci3 d u3rave urr GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL SIGN DETAILS 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-007355 1N00N (13315) 310d JO 3015 1N00W 310d 1V1S303d z 01.6 1N3W3JV-1d 3l0d 03d P MALDONADO - BURKETT REVISI NO DERE DESCRIPSION REVISION NO DATE DESCRIPTION CROfL3 d u3rard uIJ GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL CONSTRUCTION DETAILS SHEET 1 OF 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 1Nno161 V2i3161VD RADAR DETECTOR INSTALLATION 1NDOW W?JV ISVW 25' WH-1E81;E"P'01.551131, o0000000000000000000 00-0000000000000000 16 -CONDUCTOR TRAFFIC SIGNAL COLOR CODE MALDONADO - BURKETT REVISI rd NO WIE reEvisiOu NO DATE CROfL3 d u3rard uIJ 0 o m 20 A COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL CONSTRUCTION DETAILS SHEET 2 OF 2 171 CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineering,Inc TBPE Firm Registration No. F-000355 r ri' SID II ilial II MALDONADO - BURKETT COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) TRAFFIC SIGNAL CABINET EXTENSION DETAILS 171 KA CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms TBPE Firm Registration No. F-000355 o+ o 0 « 414 o F F F z v J��►m / T v v E, E eIT p mai o O <} '.ore `: z. <5 a II v U7,-> A mE\ / - ,<I>/ X T V X ES , 5> 82a224824 P, .9hEll>� 244 TRAFFIC SIGNAL WC TYPICAL DETAIL WZ(BTS-1)-1 'II Lat MALDONADO - BURKETT Ess a� ars r a� o�:Ro. OU °^ �o_� NA, ` W A"2 A,r ro ro COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROADiIit (BOND ISSUE 2014, r- CITY of CORPUS CHRISTI TEXAS Deportment or Cop a�og.oms ' Naismith Engineering,Inc'y >E�i __t SII Y-�T „ '� _: 96�63� L nNsr,—,��..�,�6 TRAFFIC SIGNAL WORK TYPICAL DETAILS WZ(BTS-1)-13 TBPE Firm Registration No. F -00g355 rri O go a o n � n.o mm m ft � m a. � o as r0 a s*ate � aS 'MENTAL MATERIAL SPEC IERIPLS WEIGHTSa a �oior q dole sm o -- s Fog ka'o� YoF a, o od -_ 9'�F'ea��'eoYSoo o�o Ro4 �R.'x'�90 - 8 N 4G m 1 _ _ a 5,1 / cJ SI rJ � _e 4J I®I SJ o �800 �aa3 -moo -,o^ � � _04 O O N o smewAi Qwa, "x°%. CLOSET cwSee uo 5 worn Prr SIDEWALK DETC SIDEWALK DIVER' SIDEWALK1 CLOSED J i. 1 II 1 li Joo� � le �g � Z 5J I®I 5> 5J al 5> Z , e e.gN N Z M e av aUO atF s _ _w / La MALDONADO - BURKETT EvsUoPCDACE a� ars o...r a� o�:Ro. oti R W A _9 – ro ro GOLLIPAR ROAD FROM STAPLES STREET TO WEBER ROADlk (BOND ISSUE 2014) A CITY at CORPUS CHRISTI TEXAS Deportment or eow2ai a�og.oms NEj Naismith Engineering,Inc'y >.-.2,,I, .-- � 1 Y-�T „ , _: 96�WiD63� L F � e / io`" -- /,','6 TRAFFIC SIGNAL WORK BARRICADES AND SIGNS WZ(BTS-2)-13 TBPE Firm Registration No. F -00D355 g A A 4 ! R 6 - i k9,4-rn'''i '.97 gg .gb•444.4 • ELECTRICAL DETAILS CONDUITS & NOTES ED (1 ) -1 4 1111 14 f i .z. 2 g 2.,.• k lih, MALDONADO - BURKETT `-' , 3 '..7 up r-,, —1 R A DO A '' 9 er,, ', COLL1HAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) KA CITY of CORPUS CHRISTI TEXAS NEI Naismithj" EngineennginC r ianntu H. KOHLHONADO, dfl , 'Ot 'H. 9"" Hi,/ .' ,1 79: ,,,T ELECTRICAL DETAILS CONDUITS & NOTES TBPE Firm Registration No. F-00g355 y oiG m00000000o poonouonomonomo 0 0 ——-f mo oiG = _ _ G000000000000000000m mmmoom.�.000iIoo it fin C©� m \ m s m ._. 3 y ND n C o s 011 r anUn i MALDONADO - BURKETT Ess ,r ,,GOLLI ars C'''' os:ar. oti 3 V up ., g g W A 9 o ro AR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) KA CITY at CORPUS CHRISTI TEXAS Deportment of Copital Progroms�6 MEI Naismith Engineering Inc ,,, -11� t4 , YET Hno � t rt - ,9"" ...',0% L ELECTRICAL DETAILS CONDUIT SUPPORTS ED(2)— �} TBPE Firm Registration No. F-gOg355 oho „%l, 1? - li 3m 33 11 I Rd F C a voe m g a r ,,, O M \ 1-"' $ - . m E) .tNO \ 111 IVEIN. 4111 - r ri .47j III """' 1111111 1111111 ICAL DETAILS NDUCTORS SD (3) -14 �� mN � a LIM MALDONADO - BURKETT Ess �,r �� arsS ON NO ` a° .SCD o=EDT Q �o,� 2 CO r2 co —, ,,:o GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD BOND ,SSUE zD,A, - CITY of CORPUS CHRISTI TEXAS Deportment of Copital Progroms Naismith, Engineeringlnc'4 __t 14� Y� 96�63� l E it,--iii IIIc ELECTRICAL DETAILS CONDUCTORS ED(3)-14 TBPE Firm Registration No. FgOg355 rti7 m 22,, r ,:„ 0 xxx,, .„.„, .2r20, r2o,xu _1_2____ , , ..„ 2 0 11 am _:HES) ®®= m p mm = � rn o °o D z � O O —hr ELECTRICAL DETAILS GROUND BOXES ED (4 ) -1 4 3 n�a4 MALDONADO - BURKETT Es�r ars o...r ar o�:ar. oti 0 V 0 W ' ro ip COL LIHAR ROAD FROM STAPLES STREET TO WEBER ROAD BOND ISSUE 2014) -NEI CITY at CORPUS CHRISTI TEXAS Deportment of Copital Progroms�6 Naismith, Engineering Inc >E -11� t4� eno '� t ' ,9”" ',-.1 rt - L ELECTRICAL DETAILS GROUND BOXES ED��}�— �} TBPE Firm Registration No. F-008355 5. o =o =- m m C ELECTRICAL DETAILS SERVICE NOTES & DATA ED(5)-14 \ .11 V 11- a 3 mmo a 0 4 . 9 MALDONADO - BURKETT Ess ,r ,,nCOLUHAR ars r a� os:ar. oti V �o-bP A - W 9 . 3 ro ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) KA CITY of CORPUS CHRISTI TEXAS Deportment of Copital Progroms�6 NEI Naismith Engineering Inc , -11� 14� , YET Hno -', ' ,9"" ...4 t rt - L y ELECTRICAL DETAILS SERVICE NOTES & DATA ED(5)— �} TBPE Firm Registration No. F-008355 , , - ,--, zjHI'A illnin. wqm.iim ic--- , .., P 3, 4 _ , •,, ..,0 ::4V1 ELECTRICAL DETAILS TYPICAL TRAFFIC SIGNAL SYSTEM DETAILS ED(8)-14 % 4 E i a, MI , MALDONADO - BURKETT ',,, ,-0 - T, STAPLES STREET TO WEBER ROAD CITY of CORPUS CHRISTI TEXAS Deportment of Copdol Progroms NEj Naismith EngineeringInc o x 1: % pqNH. K. DOWD, JR.,. P y ELECTRICAL DETAILS TYPICAL TRAFFIC SIGNAL SYSTEM DETAILS ED(8)-1 4 TBPE Firm Registration No. F-00g355 APPLICABLE STANDARDS SHEETS CONSULTANTSSHEET aawecTn0e12 rffjor OVERHEAD SIGN BRIDGE HIGH MAST ILLUMINATION �\ STANDARDS: POLE STANDARDS: ZONE 2 OSB -SE HMIP-98 MALDONADO - BURKE iU 8 efj YKKItt\"`A o=` (90 MPH WIND) OSB -DM HM17-98 NOTE: Structures north 04 ice line t0 be MrArdr HOSB-Zn WALKWAYS AND BRACKETS HOSE -01L STANDARDS: ZONE 3 ZONE 4 DST SOW (80 MPH WIND) (70 MPH WIND) osec 081081-1)O-BC--C-Zn OSBS-$C TRAFFIC SIGNAL POLE OSB -FD STANDARDS: 0 INaismith Engineering,Inc egIstranon No. F-O0g355 40 Jned fo ce, Vara boll0SUPPORT / OSB -FD -SC P-80 CANTILEVER OVERHEAD SIGN SP -100 STANDARDS: SMA -80 SMA -100 COSS-SE DMA -80 -Zn -10 DMA -100 TGE LINE """ a` titaiketft .ASS HCOS--Zn-10 MAD- GOBS-Z2I-ID MACMLSN) m 4WWA . 1110M.ABBE COSV 6Zel-10 MAD -D rAsso TS -FD LLUM-A 44 .o, ^.^ ® .. .,,,cal C055 -FD .,FA LMA Note: a = Wind Zone TS -C 1 swouboad iolidoo 10 1o0o 1 0dad SVX3 I 1 IlslaHO sndNo3 J° Allo P m - - o m 8 o 1 'la ® number I, 2. 3 or 4 MA -DPD 4,,,,,‘Aiiiiidideitt44...* ZONEogil 4 '..Nylir ' ' - TGE LINE (70 MPH WIND) ___> Di* 0 ira,..1*-4.40-\+-1,"l III I1H. 4 FOR HARRIS CO. ONLY LEGEND 1 (80 ZONE 3 Zone line 1s just The Norm of US MPH WIND) 90, around on The Nortn, wen (blot 3nss, ON09) 0000 0393M 01 133010 3373013 11001 0000 00317700 o z `7 - U - I N > w u > z k- MASS* PI' anti South sides of IH 610 and down the West side of SH -H zee. ZONE 1 - IIIIIIIIIIIIIIIIIIIIIIIIIIIlta = (I00 MPH WIND( 11 FOR JACKSON CO. ONLY ZONE 2 - V������ _ ( 90 MPH WIND) zone line is (900 North of ZONE sH 616. ZONE 3 - = ( 80 MPH WIND) wtri (100 MPH WIND) ZONE 4 - R\\-77 _ ( 70 MPH WIND) II - - LICE LINE) /,e.,, ao,.te,ent el Trans,en,�,e„ st.,d,,d Itr - (DISTRICT LINES) WIND VELOCITY & ICE ZONES FOR �Ilu. III� WIND VELOCITY AND APPLICABLE OVERHEAD SIGN SUPPORTS, HIGH MAST POLES, AND TRAFFIC SIGNAL POLES THIS SHEET TO BE INCLUDED IN ALL P.S.40. PACKAGES CONTAINING ONE OR MORE ICE ZONES W V & IZ 14 Based on 50 Year Mean Recurrence Interval of OF THE APPLICABLE STANDARD ,. ©,,Mo .,m Fastest Mile Wind Velocity at 33 feet height. SHEETS LISTED HEREON ""'" ,.„.„o SHEET 191a 199 RECORD ORAWING NO. STR 891 40 t!N aawcn d E1307 = g o Iv¢i L62 b1S 'ON ONI V2,0 66) 6'1 66I33tS __ _ A N (b6OZ 3(7SS1 01\1O9) OYON 8393M 01 133915 S37dV1S 141O93 w •,, ,,. •' .aaaA19YJSSV 3anlanals � ,S.3INJVmw V/li A AAAAAAAAA A A A J ZL ([)00[-VWs 13NOZ ONIM HdW 0011 - °aory,.,A osas Al9W3SSV MEW 1SVW 31ONI5 - -•' �' --' - - s3dn13nals 1aoddns 1VNDIS av v SNo 5N3W a o 31etlJ10 , w. ° DIdJVa1 �,r�110„odao sxa9 �' uprv'is a aa„„ .Sas =„<.a 06a 1 „ooaa�4 �a „ ,o 10312S .o, ®®© , II .— 01.11. .®a a . �_ .a, 010�10.10a =10,0 .w10. e oN 11 00060 .nu , 090 ,AQQ0DA1 101, 9 110, ave e04,56,0 1 0100SSO L100 ,040. va03 .. no 1100 11.13 � �0a wn rvs,i ,101010 X10. ii .1au10sev .10e aow,v aan al CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms ma 2 5120, J 10 w. WEN 1VN0IS DI33Va1 Lae, aa6 a 00 w�0 as 41. nO0 /61 T -o -ass ... no u1. �ia,oc.a ii 604100,0, .o:aN ii .10F 0116„ a mw.is5o,00<� a 400 . a, 210 ',slam, as �.ow =0� - „� 001 II92 pp, 450 0 01010, as �o n OO EZI Naismith Engineering,Inc TBPE Firm Registration No. F-OOg355 oo�-1000, 001 LOS 0 01.1.000 ,111.w00.5100 ,...,ono� a4,...n0o�a�� e��o,a.saa 0 0 3 .< = o a..ov w , o..L o o a oa 44 . o el, 001 92 001 090 001 192 92 _ _ . ,v,O0 as � , .d ,44-0_ D -22 _ SM. ,vNONo�A,oe 1 Swdv aNnod �< '1 'moi l�+ _ i\” m I 0 , 001 00 007 070 00, 1,2 p 007 00 7 002 � .o a 614,100 amta0,9laad 0149900 a 90 602 E 0101 P.D. 0.101.16i _ anoQo LOU aas N S1I ma Pun 04.0u.wm, .454, v w aup :n o a DOD 0 eno o1 woN N v= 0alad .si Ns,[ 4i m amInd .oz , vi M aamad .oc V 9 WAD - o .� 1, d. 1010. .0 QIN num, DO=9.06001, 0 M 110, 0111 411 0. 1q,o ,L12,6 MM130009c1 133uss,,NViinsNO� rye 0 1511 51atld 9N1dd1H5 00.10,0 00 '14i0 a ,1,0o a 1-1,61011 0110, ,4.100,102on s3,on UNnoa 4 rriaZd'aad"PiNMed disoPaembled. i'igU''IteM 445, "Galvaniging". movements with o total excursion nay isms upward escursian to illuminism clownwara eyoursioni of more See SLIP JOINT DETAIL TENON DETAIL "Damping as,a rasaaasa.e=aassTv'agar,aass„a„aaraaa„awaa,aaam,aua.orr= GENERAL NOTES: Stainless steel isonOs ,r Coale, Poles are aesionea to suppora one 8', luminaire arm, one D' -0” as%z'c opo Threaded Souoi �v. w �ry horizontal win, l000 on an effeotive taieu length GS tabulate, The specifieo lumimoire loaa appiie, at the ena The aDecified internal IS lighted Street name Sign load 0001,d 4.5 ft BRACKET ASSEMBLY from ecluals ISO I Os „rtical deod load plus the horizontal wind load on an effective projected area of 32.4 SO ft tactual ore° times alra9 See Stonaa, Sheet "MA -D” for pole aetoi is, ...s -a" for traffio aonneotion details, "SNS" for internally lighted street nap, sign "Mg -a" gaMs Material SpeOffiaatiOna. Fabrication 51,1 I be in accordar,e with 11,M 686, "Traffie Signal Po. asses". ies iSteei," ono with the aetoi is, Oimensions, en, we, Procedures shown herein. We, references cal I for oreopproved weld Procedures wh,oh the Fabricator mush obtain prior to fabriootion• Materials, fabrication es, and shipping pe a,tted far �o � Assemblies amen . Sem Wela is the room,someats of �,horizontal wind load on an effective projected oreo of I I.5 SO ft. sheet aaa „ors*.a..�o a Foie Unless Other,. note, al I parts shal I De golvanizea , le 000O h 1 ,Zing", after e fiat, i -r Ma cw a ap o aamaaare'srrom mumu�ee are,mps a�ae "°'super z of z, AOMP'Texas DepartmenioT Transportation AIOperTRAFFIC mSIGNAL SUPPORT STRUCTURES SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(2)-12 V1�s' MALDONADO - BURKETT Ess a� .0242,00 ars r a o�:Ro. oti V CD 1=1 R 9 W A- s COLL1HAR ROAD FROM STAPLES STREET TO WEBER ROAD BOND ISSUE 2074) CITY at CORPUS TEXAS Deportment of Copital - CHRISTI �rq� ■�■ Naismith, Engineering,Inc F-00g355 >i -11� 141 eno '' ,96"3 4 y Z^' T,,„, X16 TRAFFIC SIGNAL SUPPORT STRUCTURES SINGLE AST ARM ASSEMBLY (100 MPH WIND ZONE) SMA-100(2)-12 Progroms TBPE Firm RegistrationNo. .-,7'•'7,- "? V,;'—o.T ----, . H,•,' g '''1-, ;-, n , sag.° " T.' " " " '-' 0 in . . . N ,., , n• AMPZOiffe, 1i:1Ii T 0 - 'T ' ft A .11.MEM.L.-1— _, k............L'A ; P, riwitanzaua 2 tE ; 11 1.41kkW1 F. —'2 , 1 . , LiTME1 r9,7 pap - it Irdh, !Hl'E g g 1 ;.Y. r 'L•.„ r,, , 4,:, _ 71-1Ten1 of Tronsporldion Iperalions Divis. D ASSEMBLY FIC SIGNAL STRUCTURES CONNECT IONS MA -C-12 a a Lal MALDONADO - BURKETT ,4 P. 421 - N —I A , DO A e„ t r A - A, 4, `-y T FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) lk KA CITY of CORPUS CHRISTI TEXAS Depo tment of Copt° Progroms NEI Naismith EngineeringifIC'ot --,1721 - I? *. plON I, Kla STANDARD ASSEMBLY FOR TRAFFIC A4SATTNAALRmal,PoT,WorsCTURES MA C 12 TBPE Firm Registration No. F -00g355 20 2 O'' ,– o, r" to 0 ' ailmilussmas PI ,- rn sVi1/4.„Ma,aike iiiiimogrom io . < oo. , e ° E. . V a a — s It- E aim 1111Mirra Ter = 1 immuil .: ,:: L: , ,.: ' - 2 221 R.,„ ql ,F2,233. „11-01 I 1 liar • M-NOWMIMFAINE . .; L-,:.. ':' s21 1 Ja• 4 .___, .3-.., j1 IlD1::' , , L Ilk 2 ,in:' rrl n E> N. NI z 2 S A- AS" \\,,,„..., o , . . ;2! : v '5. \ i ,,, 4 El VZ ' ........6.7.... o —1 K m wflrerlofTroworIM'on 1,311ansWsion IC SIGNAL STRUCTURES POLE DETAILS MA -D-12 MEMIZIOMMEMEME EMBIM:=M1120= La MALDONADO - BURKETT A ',,, `. —I A xi = QC, z - — ,,:0 FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) CITY of CORPUS CHRISTI TEXAS Detment of Copt° Progr po oms Naismith EngineeringifIC'o 9"" ,I *Gs' .71i TRAFF C S CNAL SUPPORT STRLCTURES MAST ARM POLE DET, LS MA D 12 TBPE Firm Registration No. F-00D355 e_s_, m o o CO oci� ooc000M§ I - _-' Hiij ooz 000e e .."m o _ oo NO 000000 0 C 1— E ; ,, \\\\... N, To ' o T, ooh , o S o ti deo To- o . \I\ \) NJ 0, 'l: ; I I I I h 1-, '-'41111111kkv k < or O s is ° Po"ox. M u ➢ • r ➢ v/' 5 n000x rz r C S r f El N 0 Texas Deportment of Transportation @ W/M$.0.10n STANDARD ASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES ARM DETAILS LUM-A-12 o o --- _- - - --off _ - _ - -- m O lisat MALDONADO - BURKETT ars ` ar o�:ar. oti ^ V Up 2 Au COQ0 e, e, r,r — COLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014, r -NEI CITY Of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith Engineeringlnc'0 -11� t4� Y-�T .'� / 96T63IAL o J L i< STANDARD ASSEMBLY DRAWINGS FOR LUMINAIRE SUPPORT STRUCTURES ARM DETAILS LUM—A-12 TBPE Firm Registration No. F-OD1355 2. (Showing a I 1 ern, e placement of s igna I .0,0 O_ L" O Som a D J a li jam -�• 0 ii _-- ao >rtment of Transportation kcrmims avisan DAMPING PLATE TAILS MA -DPD -12 iro L MALDONADO - BURKETT aE a o�:Ro. oti P. 4,7 (Jt)o_, 'rril g DO AA. CO x, ug - ,,:0 GOLLIHAR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) lk KA CITY of CORPUS CHRISTI TEXAS oeponme„t or Cop to a�oq.oms NEI Naismith Engineering,Inc ,11�A , 1 T Hn , ,01 _. 9i�63� J s ce- ice_—, , , 16 xm xm El MAST ARM DAMPING PLATE DETAILS MA—DPD-12 TBPE Frm Registration No. F00D356 v m m o � 00 so�• �- 00 m �0 o0 =oo u _ 9 9 ago\ gg.o o= 0 0 0 0 0 0 0 z 4\ Irl E. seAs,mma ,ao _g 2 - ' me IIIIIIIIIIIIIIIIIIIIIIIIIII EZ = OUNOAT ION SUMMARY TABLE 0 = 111111111111111111111111111. _ = 11111111111111111111111111® 111111111111111111111111111111 11111111111111111111111111111 Mont of Transportation , eprmrw: ONisloo IC SIGNAL OUNDATION TS -FD -12 = 11111111111111111111111111111 11111111111111111111111111111 11111111111111111111111111111 11111111111111111111111111111 e • MALDONADO - BURKETT Ess °� DESCRIPSICOLLIHAR°ROAD ars r °� °�:ar. °ti Q (A .2,r N - W '' 9 `, -, ,,,:o, FROM STAPLES STREET TO WEBER ROAD BOND ISSUE 2014) li -NE CITY of CORPUS CHRISTI TEXAS Deportment of Copitol Progroms Naismith, Engineering,Inc'4 >E,xi -11� 1, Y� =: 96�63� .-6 TRAFFIC SIGNAL POLE FOUNDATION TS—FD— 12 TBPE Firm Registration No. F-000355 -- 90 _oas'o o90 _ 0�843.�9 29 o Q' O co 9719-- • d+- Rom _ ■ ■ ? 9 u J2 N o O \ye m n o v m ul o m o m - m eP z Ga m r>- o o2 o 3: uo - 4 e 0 m D m r 8 m 0 9 MALDONADO - BURKETT Ess a� ars r a „„R,,, O �o_',' 2 g CO 9 . — ro ip GOLLI AR ROAD FROM STAPLES STREET TO WEBER ROAD (BOND ISSUE 2014) r- CITY at CORPUS CHRISTI TEXAS Deportment of Copital Progroms NEj Naismith EI1QIIleEIII1�,IIIC ,E ,11� ,r 1 Y-�T „ �4 96�63� sJ - ,,,,,,t-.,----„ , u2 El TRAFFIC SIGNAL CONTROLLER CABINET BASE AND PAD TS—GF-04 TBPE Firm Registration No. FgOg355 00 91 01 ADDENDUM NUMBER 1 Project: Owner: City of Corpus Christi City Engineer: Jeffery Edmonds, P.E. Gollihar Road from Weber Rd. to Staples St. (Bon2014) Project Number: E13087 J FF Capital Programs Hanson Professional Designer: Wilfredo Rivera, Jr., P.E. Services, Inc. Addendum No. 01 Specification Section: Issue Date: 01-13-17 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer) Wilfredo Rivera Jr., P.E. 01-13-17 Name Date Addendum Items: • REVISED Bid Form [Attachment No. 1] • REVISED Plan Sheets (10 pages) [Attachments No. 2] • Clarification and Answers to questions from Pre -Bid Meeting 5��, .oF 'rF% •! Hanson Professional Services, Inc. TBPE Firm Reg. No. F-000417 ARTICLE 1-- BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. Section 00 30 01, Bid Form : 1. Delete: SECTION 00 30 01 BID FORM in its entirety. 2. Add: SECTION 00 30 01 BID FORM in its entirety (Attachment 1). Addendum No. 01 Gollihar Road from Weber Rd. to Staples Street (BOND 2014), Project E13087 009101-1 REV 04-02-2014 ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS None Associated with Addendum 1. ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawings Deleted Drawings 6 - Typical Sections (1 of 6) 7 - Typical Sections (2 of 6) 8 - Typical Sections (3 of 6) 9 - Typical Sections (4 of 6) 10 - Typical Sections (5 of 6) 11- Typical Sections (6 of 6) 32- Traffic Control Plan - Sequence of Work (1 of 2) 33- Traffic Control Plan - Sequence of Work (2 of 2) 160 - Storm Water Structure Schedule 162 - Miscellaneous Details 165 - Miscellaneous Details - Concrete Box Connections B. ADD THE FOLLOWING DRAWINGS Added Drawings (Attachment No. 2) 6 - Typical Sections (1 of 6) 7 - Typical Sections (2 of 6) 8 - Typical Sections (3 of 6) 9 - Typical Sections (4 of 6) 10 - Typical Sections (5 of 6) 11- Typical Sections (6 of 6) 32- Traffic Control Plan - Sequence of Work (1 of 2) 33- Traffic Control Plan - Sequence of Work (2 of 2) 160 - Storm Water Structure Schedule 162 - Miscellaneous Details 165 - Miscellaneous Details - Concrete Box Connections ARTICLE 4 — PRE-BID MEETING QUESTIONS & CLARIFICATIONS 4.01 QUESTIONS A. Question: Will temporary water systems need to be provided for the pipe bursting process? Answer: The contractor is responsible for developing a plan that will insure that water service and fire protection are maintained on the existing system. All additional Addendum No. 01 Gollihar Road from Weber Rd. to Staples Street (BOND 2014), Project E13087 009101-2 REV 04-02-2014 temporary connections are the responsibility of the contractor. The temporary water system work is subsidiary to unit price for pipe bursting. B. Question: Will AEP remove re -locate the poles in a timely manner? Answer: AEP will relocate poles which have been identified to be in conflict and need to be relocated. Overhead lines will not be moved for ease of construction. The relocation efforts were coordinated with Eric Thetford with AEP (361-881-5930). C. Question: How will the waterline off -sets around new inlets be constructed and paid for. Answer: It is expected that the waterline will be installed and paid for at the pipe bursting unit rate. Subsequently the section of line which may be in conflict with a new inlet will be cut out and horizontally off -set with ductile iron pipe and fittings. Payment for the horizontal offset will be based on the unit pricing for ductile iron pipe and fittings. D. Question: The storm sewer from station 79+36 to station 99+00 is centered on the roadway. It will be nearly impossible to install the line with large excavators and still maintain two-way traffic on one side of the roadway. Can the storm sewer be shifted north? Answer: As discussed at the pre-bid meeting, the storm sewer line alignment will be shifted Left (northern) by 10'. The limits are from station 79+36 to station 99+00 (Marie Street to Staples Street). Detailed plan sheets indicating the revision will not be re -issued as part of the Addendum, but will be available prior to commencing construction at the pre -construction meeting. Note that the length of lateral lines will need to be adjusted accordingly and will be paid for at the established unit rates. E. Question: The storm sewer from station 91+91 to 99+00 is indicated to have a radius and it is hard to construct on a radius. Answer: The 30" line and the 36" line from station 91+91 to station 99+00 should be capable of being constructed on a curve with only joint deflections. However, the contractor may opt to run 100' long straight sections along the curve and adjust with a pre- fabricated bend at the end of each 100' section. F. Question: Can additional access points be constructed on the existing box for use during the Box repair process (confined space)? Answer: The contractor is responsible for developing and complying with a confined working space environment plan during the pipe repair process. The contractor may opt to provide additional access points onto the box if required for the confined space plan. The openings shall be extended up and converted into a manhole risers (see detail sheet 159). The cost of any additional penetrations onto the top of the box, other than those already in the storm new storm sewer plan are considered subsidiary to the cost for Confined Working Space Environment. G. Question: Will the new storm sewer penetrations be required to be doweled into the existing box? Answer: As indicated on plan sheet 165, the contractor is required to dowel and connect the fitting onto the existing box. The connection piece shall be pre -fabricated to fit in the opening as indicated on the detail. An alternate exterior connection detail will be provided Addendum No. 01 Gollihar Road from Weber Rd. to Staples Street (BOND 2014), Project E13087 009101-3 REV 04-02-2014 that will incorporate the use of an external collar in lieu of the internal connection. It is included in revised sheet 162 of addendum 1. H. Question: Why are there so many traffic control bid items? Answer: In order to differentiate for each of the areas being constructed and to track the funding. I. Question: Will plan quantities be paid for Traffic Control Items or will they be adjusted? Answer: Only the quantities indicated on the plan will be paid. Whether the contractor finishes early or late, only the plan quantity will be paid. Or as determined by the City Construction Engineer in the field J. Question: Where are the low profile barriers to be utilized? Answer: It is anticipated that the contractor will have deep excavations for the installation of the storm sewer or other deep utilities. It is likely that the barriers would be utilized during this process in order to safely isolate the two way traffic during these periods. K. Question: Can the pay item for concrete ADA ramps be changed to SF rather than per each. Answer: Yes. A revised bid form will be issued that utilizes Square Feet at the Unit. L. Question: Is the top soil item, Note 8, on the Typical Street Sections required? Answer: Top Soil is required in areas having grass medians. M. Question: Is the cement stabilized backfill item, Note 7, on the Typical Street Sections required? Answer: Cement stabilized backfill is not required. Note 7 (sheets 6-11) will be modified to read "Backfill compacted to 95% Standard Proctor Density". N. Question: Bid Item E5 calls for 1 Curb Inlet -rehabilitation. Where is this item located on the project? Answer: Based on the Curb Inlet Schedule (sheet 160), it is for Inlet #26 at Station 84+30. This should be a new inlet. The schedule will be changed to reflect a new inlet size of 5'x4'. The quantity for Bid Item E5 Will be changed to Zero (0) EA. The quantity for Bid item El will be changed to 38 EA. O. Question: There are instances where it calls out for installing a concrete collar to re -connect existing storm lines. This process may involve more than a simple collar connection. Answer: Depending on the type of existing connections, there may be ancillary items that have to be addressed for the re -connection. For example, if an inlet is removed, there might be a need for pavement repair and/or curb&gutter repair. Payment for these ancillary items will be paid based on established unit rates. If a section of new line is required to fill a gap, the extra section of line will be paid for at an established unit rate. P. Question: There may be a need to verify quantities for Ductile Iron Pipe and Fittings? Answer: The bids will be based on the quantities included in the Bid Form. Q. Question: How will environmental issues be addressed during construction? Answer: Item J1 is an allowance to address potential environmental issues. Addendum No. 01 Gollihar Road from Weber Rd. to Staples Street (BOND 2014), Project E13087 009101-4 REV 04-02-2014 R. Question: Who will adjust ATT Manholes? Answer: ATT crews will adjust ATT Manholes. S. Question: Who will move the City Gas Lines? Answer: The City crews will move the Gas lines which have been identified to be moved? The contractor will be responsible for assisting with final backfill and compaction and it shall be paid at the unit rates established for this work. T. Question: Will the City have some additional SUE available for review prior to bidding. Answer: The additional SUE is in the process of being finalized. It will not likely be available prior to bidding but will be available at the pre -con meeting. U. Question: How will final inspection of the Storm Sewer Rehabilitation be completed. Answer: The City is responsible for completing a final inspection. **NOTE: It should be noted that the Contractor is also responsible for Questions and Answers posted on Civcastusa.com; which shall also become part of the contract documents. END OF ADDENDUM NO. 1 Addendum No. 01 Gollihar Road from Weber Rd. to Staples Street (BOND 2014), Project E13087 009101-5 REV 04-02-2014 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET 1OF7 Project Name: GOLLIHAR ROAD - FROM WEBER ROAD TO SOUTH STAPLES STREET (BOND 2014) Project Number: E13087 owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: MOBILIZATION Designer: NAISMITH ENGINEERING, INC. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION LS 1 $ - $ - A2 STORMWATER POLLUTION PREVENTION PLAN LS 1 $ - $ - A3 OZONE ACTION DAY EA 8 $ - $ - A4 EXPLORATORY EXCAVATIONS LS 1 $ - $ - A5 TRAFFIC CONTROL - GOLLIHAR UTILITIES & FINAL PAVEMENT (INTERIM TCP SIGNAGE AND DELINEATION) MO 22 $ - $ - A6 TRAFFIC CONTROL - WEBER INTERSECTION (INTERIM TCP SIGNAGE AND DELINEATION) MO 2 $ - $ - A7 TRAFFIC CONTROL PLAN - PLAN AND PREPARATION (GOLLIHAR AND WEBER - PROJECT LIMIT BARRICADES) EA 2 $ - $ - A8 TRAFFIC CONTROL PLAN - MESSAGE SIGN BOARDS EA 6 $ - $ - A9 LOW PROFILE CONCRETE BARRIER (20 FOOT BARRIER) EA 50 $ - $ - A10 TRAFFIC CONTROL PLAN - MOBILIZATION (5% OF TOTAL TCP COST - ITEM NOS. A5 THRU A9) LS 1 $ - $ SUBTOTAL PART A - GENERAL (Items Al thru A10) $ - Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 FINAL SURFACE (2 -INCH TYPE 'D' HMAC) SY 32,175 $ - $ - B2 INITIAL SURFACE (3 -INCH TYPE 'B' HMAC) SY 32,175 $ - $ - B3 PRIME COAT, MC -30 (0.15 GAL/SY) GAL 4,826 $ - $ - B4 12 -INCH CRUSHED LIMESTONE BASE SY 35,514 $ - $ - B5 GEOGRID, TENSAR TX -5 SY 35,514 $ - $ - B6 12 -INCH COMF`ACTED SUBGRADE SY 35,514 $ - $ - B7 STREET EXCAVATION SY 35,514 $ - $ - B8 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (4 -INCH) (BROKEN) LF 2,230 $ - $ - B9 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4 -INCH) (BROKEN) LF 2,080 $ - $ - B10 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4 -INCH) (SOLID) LF 8,822 $ - $ - B11 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (8 -INCH) (SOLID) LF 404 $ - $ - B12 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (ARROW) EA 56 $ - $ - B13 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (WORD) EA 5 $ - $ - B14 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (SYMBOL) EA 16 $ - $ - B15 RAISED PAVEMENT MARKERS (TYPE I -C) EA 136 $ - $ - Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 1 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET OF Item DESCRIPTION UNIT ESTIMATES QUANTITY UNIT PRICE EXTENDED AMOUNT B16 RAISED PAVEMENT MARKERS (TYPE II -A -A) EA 442 $ - $ - B17 RAISED PAVEMENT MARKERS (TYPE II -B -B) EA 15 $ - $ - B18 2 -INCH PVC (SCH. 40) ELECTRICAL CONDUIT (IT/MIS) LF 4,989 $ - $ - B19 NEWBASIS POLYMER CONCRETE PULL BOXES 24"X36"X18" WITH 3 -INCH GRAVEL (IT/MIS) EA 8 $ $ - B20 CONCRETE DRIVEWAY SF 13,344 $ - $ - B21 BLOCK SODDING SY 1,060 $ - $ - B22 SIDEWALK DEMOLITION SF 34,236 $ - $ - B23 CURB & GUTTER DEMOLITION LF 8,910 $ - $ - B24 HEADER CURB/SIDEWALK RETAINING CURB DEMOLITION LF 826 $ - $ - B25 CONCRETE DRIVEWAY DEMOLITION SF 15,529 $ - $ - B26 CURB RAMP DEMOLITION SF 1,759 $ - $ - B27 PAVEMENT REPAIR SY 197 $ - $ - B28 NEW REGULATORY SIGNAGE EA 139 $ - $ - B29 RELOCATION OF EXISTING SIGNAGE EA 20 $ - $ - B30 REMOVAL OF EXISTING SIGNAGE EA 49 $ - $ - B31 CYCLE TRACK SIDEWALK (GREEN) SF 27,942 $ - $ - B32 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (24 -INCH) LF 1,247 $ - $ - B33 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (12 -INCH) LF 1,275 $ - $ - B34 TYPE 'C' PREFABRICATED CROSSWALK STRIPING (24 -INCH) LF 413 $ - $ - B35 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B35) $ - Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 8 -INCH CONCRETE BUS PAD SF 5,280 $ - $ - C2 CONCRETE SHELTER/LANDING PAD SF 1,980 $ - $ - C3 DEMOLITION OF EXISTING CONCRETE SHELTER PAD SF 267 $ - $ - C4 SHELTER PAD STRIPING (YELLOW) (SOLID) (FULL WIDTH OF CURB) LF 480 $ - $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ - Part D ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 CONCRETE PEDESTRIAN SIDEWALK SF 33,071 $ - $ - D2 SIDEWALK RETAINING CURB LF 1,234 $ - $ - D3 TYPE 2 CONCRETE RAMP SF 574 $ - $ - D4 TYPE 6 CONCRETE RAMP SF 674 $ - $ - D5 TYPE 14 CONCRETE RAMP SF 773 $ - $ - D6 ADA TRANSITION RAMP SF 3,105 $ - $ - SUBTOTAL PART D - ADA IMPROVEMENTS (D1 THRU D6) $ - Part E DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El 5 -FOOT CURB INLET EA 38 $ - $ - E2 MODIFIED CURB INLETTYP 1 EA 1 $ - $ - E3 MODIFIED CURB INLETTYP 2 EA 1 $ - $ - E4 CURB INLET REHABILITATION (NOT USED) EA - $ - $ - E5 5 -FOOT CURB INLET THROAT EXTENSION EA 21 $ - $ - Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 2 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET 3 OF 7 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E6 STANDARD 6" CURB & GUTTER LF 9,294 $ - $ - E7 DRIVEWAY GUTTER LF 1,213 $ - $ - E8 18 -INCH REINFORCED CONCRETE PIPE (Class III) LF 905 $ - $ - E9 24 -INCH REINFORCED CONCRETE PIPE (Class III) LF 459 $ - $ - E10 30 -INCH REINFORCED CONCRETE PIPE (Class III) LF 185 $ - $ - Ell 36 -INCH REINFORCED CONCRETE PIPE (Class III) LF 597 $ - $ - E12 48 -INCH REINFORCED CONCRETE PIPE (Class III) LF 843 $ - $ - E13 4 FOOT X 4 FOOT BOX CULVERT 139° BEND PRE -FABRICATED FITTING EA 1 $ $ E14 5 FOOT X 4 FOOT BOX CULVERT 146° BEND PRE -FABRICATED FITTING EA 1 $ $ E15 4 FOOT X 4 FOOT BOX CULVERT LF 492 $ - $ - E16 5 FOOT X 4 FOOT BOX CULVERT LF 2,743 $ - $ - E17 TRENCH SAFETY FOR STORMWATER LINES LF 6,208 $ - $ - E18 TRENCH SAFETY FOR STORMWATER INLET EA 40 $ - $ - E19 TRENCH SAFETY FOR STORMWATER MANHOLE/RISER EA 25 $ - $ - E20 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.1 EA 1 $ - $ - E21 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.2 EA 1 $ - $ - E22 JUNCTION BOX NO.1 EA 1 $ - $ - E23 JUNCTION BOX NO.2 EA 1 $ - $ - E24 TYPE 'A' STORMWATER MANHOLE (4 FEET TO 7 FEET DEEP) EA 3 $ - $ - E25 TYPE 'A' STORMWATER MANHOLE (7 FEET TO 9 FEET DEEP) EA 3 $ - $ - E26 TYPE 'A' STORMWATER MANHOLE (9 FEET TO 11 FEET DEEP) EA 2 $ - $ - E27 TYPE 'A' STORMWATER MANHOLE (11 FEET TO 13 FEET DEEP) EA 1 $ - $ - E28 TYPE 'C' STORMWATER MANHOLE EA 2 $ - $ - E29 TYPE 'D' STORMWATER MANHOLE EA 9 $ - $ - E30 MANHOLE RISER EA 5 $ - $ - E31 MANHOLES TO BE DEMOLISHED AND FILLED WITH SAND EA 1 $ - $ - E32 EQUALIZATION AND REINFORCED CONCRETE BOX CONNECTIONS EA 1 $ - $ - E33 CONNECT LATERAL TO BOX CULVERT MAIN EA 9 $ - $ - E34 CONNECT 4 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 1 $ - $ - E35 CONNECT 5 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 7 $ - $ - E36 ADJUST RING/COVER EA 11 $ - $ - E37 8" STEEL/METAL PIPE TO BE REMOVED LF 126 $ - $ - E38 15" REINFORCED CONCRETE PIPE TO BE REMOVED LF 131 $ - $ - E39 18" REINFORCED CONCRETE PIPE TO BE REMOVED LF 553 $ - $ - E40 24" REINFORCED CONCRETE PIPE TO BE REMOVED LF 267 $ - $ - E41 30" REINFORCED CONCRETE PIPE TO BE REMOVED LF 6 $ - $ - E42 54" REINFORCED CONCRETE PIPE TO BE REMOVED LF 23 $ - $ - E43 CURB INLET DEMOLITION EA 17 $ - $ - E44 BOX CULVERT DEMOLITION LF 15 $ - $ - E45 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 1) EA 38 $ - $ - E46 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 2 AND 3) EA 8 $ $ Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 3 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET 4 OF 7 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E47 BOX CULVERT REHABILITATION - MISCELLANEOUS DEBRIS AND SILT REMOVAL CY 167 $ $ E48 BOX CULVERT REHABILITATION - CONFINED WORKING SPACE ENVIRONMENT LF 2,650 $ - $ - E49 SILT FENCE LF 10,000 $ - $ - E50 INLET PROTECTION EA 49 $ - $ - E51 ALLOWANCE FOR UNANTICIPATED DRAINAGE IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (El THRU E51) $ - Part F - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 6 -INCH PVC (C-900) WATERLINE LF 290 $ - $ - F2 6 -INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A 12" PVC (C-900) PIPE LF 322 F3 8 -INCH PVC (C-900) WATERLINE LF 907 $ - $ - F4 12 -INCH PVC (C-905) WATERLINE LF 199 $ - $ F5 12 -INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A 12" PVC (C-900) PIPE LF 4,351 $ $ F6 16 -INCH PVC (C-905) WATERLINE LF 94 $ - $ - F7 4 -INCH DUCTILE IRON PIPE LF 15 $ - $ - F8 6 -INCH DUCTILE IRON PIPE LF 315 $ - $ - F9 8 -INCH DUCTILE IRON PIPE LF 57 $ - $ - F10 12 -INCH DUCTILE IRON PIPE LF 238 $ - $ - F11 16 -INCH DUCTILE IRON PIPE LF 46 $ - $ - F12 TRENCH SAFETY FOR WATERLINES LF 6,525 $ - $ - F13 6 -INCH D.I.M.J. GATE VALVE EA 15 $ - $ - F14 8 -INCH D.I.M.J. GATE VALVE EA 4 $ - $ - F15 12 -INCH D.I.M.J. GATE VALVE EA 23 $ - $ - F16 16 -INCH D.I.M.J. GATE VALVE EA 2 $ - $ - F17 12 -INCH X 6 -INCH D.I.M.J. REDUCING CROSS EA 5 $ - $ - F18 16 -INCH X 16 -INCH D.I.M.J. CROSS EA 1 $ - $ - F19 12 -INCH X 8 -INCH D.I.M.J. REDUCING TEE EA 4 $ - $ - F20 12 -INCH X 6 -INCH D.I.M.J. REDUCING TEE EA 2 $ - $ - F21 16 -INCH X 12 -INCH D.I.M.J. REDUCER EA 1 $ - $ - F22 6 -INCH X 4 -INCH D.I.M.J. REDUCER EA 4 $ - $ - F23 16 -INCH D.I.M.J. PLUG EA 1 $ - $ - F24 16 -INCH X 12 -INCH D.I.M.J. OFFSET BRANCH EA 1 $ - $ - F25 16 -INCH D.I.M.J. 45 DEG BEND EA 8 $ - $ - F26 12 -INCH D.I.M.J. 45 DEG BEND EA 27 $ - $ - F27 8 -INCH D.I.M.J. 90 DEG BEND EA 2 $ - $ - F28 8 -INCH D.I.M.J. 45 DEG BEND EA 11 $ - $ - F29 6 -INCH D.I.M.J. 45 DEG BEND EA 56 $ - $ - F30 6 -INCH D.I.M.J. 22.50 DEG BEND EA 8 $ - $ - F31 6 -INCH D.I.M.J. 11.25 DEG BEND EA 8 $ - $ - F32 4 -INCH D.I.M.J. 45 DEG BEND EA 4 $ - $ - Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 4 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET S OF 7 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT F33 16 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 2 $ - $ - F34 12 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 1 $ - $ - F35 8 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 1 $ - $ - F36 6 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 10 $ - $ - F37 4 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 5 $ - $ - F38 16 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 5 $ - $ - F39 12 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 19 $ - $ - F40 8 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 5 $ - $ - F41 6 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 37 $ - $ - F42 4 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 7 $ - $ - F43 VALVE BOX ADJUSTMENTS EA 5 $ - $ - F44 FIRE HYDRANT ASSEMBLY TYPE 1 (INCLUDES MAIN LINE FITTING) EA 3 $ - $ - F45 FIRE HYDRANT ASSEMBLY TYPE 11 (INCLUDES MAIN LINE FITTING) EA 13 $ - $ - F46 REMOVE/SALVAGE EXISTING FIRE HYDRANT EA 12 $ - $ - F47 RELOCATE/RECONNECT EXISTING WATER SERVICE METER (INCLUDES NEW BOX, LINE, & CONNECTION) EA 8 $ $ F48 WATERLINES TO BE GROUT FILLED AND ABANDONED IN PLACE LF 2,250 $ - $ - F49 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (F1 THRU F49) $ - Part G - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 8 -INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 10 -LF INCH POLYETHYLENE PIPE (SDR 17, IPS) 1,060 $ $ G2 10 -INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 12- INCH POLYETHYLENE PIPE (SDR 17, IPS) LF 246 $ - $ - G3 15 -INCH PVC (SDR 26) GRAVITY SEWER PIPE @ 11 FT TO 13 FT DEPTH LF 83 $ $ G4 TRENCH SAFETY FOR WASTEWATER LINES LF 1,389 $ - $ - G5 TRENCH SAFETY FOR WASTEWATER MANHOLE REHABILITATION EA 5 $ - $ - G6 REHABILITATION OF EXISTING BRICK\CONCRETE MANHOLES WITH FIBERGLASS LINER AND NEW RING\COVER (6' DEEP) EA 5 $ - $ - G6A MANHOLE REHABILITATION (>6') PER VERTICAL FOOT VF 20 $ - $ - G7 18 -INCH DIAMETER STEEL CASING (THROUGH BOX CULVERT) LF 12 $ - $ - G8 WASTEWATER BY PASSING EA 1 $ - $ - G9 WASTEWATER SERVICE RECONNECTION (INCLUDES NEW SERVICE LINE AND CONNECTION) EA 7 $ - $ - G10 15 -INCH VCP TO PVC MISSION RUBBER COUPLING (12 -INCH MINIMUM) EA 1 $ - $ G11 CONCRETE PAVEMENT REPAIR SF 350 $ - $ - G12 ASPHALT PAVEMENT REPAIR SY 45 $ - $ - G13 15" VCP (13.5' DEEP) WASTEWATER GRAVITY LINE TO BE REMOVED LF 83 $ $ G14 ALLOWANCE FOR UNANTICIPATED WASTEWATER LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (G1 THRU G14) $ - Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 5 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET 6OF7 Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED $ - H2 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS QUANTITY 1 AMOUNT Part H - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 BACKFILL AND COMPACTION OF HIGH PRESSURE GAS LINE LF 228 $ - $ - H2 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS LS 1 $ 25,000,00 $ 25,000.00 SUBTOTAL PART H - GAS IMPROVEMENTS (H1 THRU H2) $ - Part I - TRAFFIC SIGNAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 56 $ - $ - 12 CONDT (PVC) (SCHD 40) (2") LF 58 $ - $ - 13 CONDT (PVC) (SCHD 40) (2") (BORE) LF 222 $ - $ - 14 CONDT (PVC) (SCHD 40) (3") LF 53 $ - $ - 15 CONDT (PVC) (SCHD 40) (4") LF 58 $ - $ - 16 CONDT (PVC) (SCHD 40) (4") (BORE) LF 301 $ - $ - 17 ELEC CONDR (NO.8) INSULATED LF 388 $ - $ - 18 ELEC CONDR (NO.6) BARE LF 183 $ - $ - 19 ELEC CONDR (NO.6) INSULATED LF 366 $ - $ - 110 TRAY CABLE (3 CONDR) (12 AWG) LF 588 $ - $ - 111 GROUND BOX TY C (162911) W/APRON EA 2 $ - $ - 112 GROUND BOX TY D (162922) W/APRON EA 2 $ - $ - 113 REMOVE ELECTRICAL SERVICES EA 1 $ - $ - 114 ELC SRV TY D (120/240) 060 (NS)AL(E)TS(0) EA 1 $ - $ - 115 ILSN (LED)(6S) EA 2 $ - $ - 116 ILSN (LED)(8S) EA 2 $ - $ - 117 INSTALL HWY TRF SIG (ISOLATED) EA 1 $ - $ - 118 REMOVING TRAFFIC SIGNALS EA 1 $ - $ - 119 VEH SIG SEC (12") LED (GRN) EA 8 $ - $ - 120 VEH SIG SEC (12") LED (GRN ARW) EA 4 $ - $ - 121 VEH SIG SEC (12") LED (VEL) EA 8 $ - $ - 122 VEH SIG SEC (12") LED (YEL ARW) EA 8 $ - $ - 123 VEH SIG SEC (12") LED (RED) EA 8 $ - $ - 124 VEH SIG SEC (12") LED (RED ARW) EA 4 $ - $ - 125 BACK PLATE (12 IN) (3 SEC) EA 8 $ - $ - 126 BACK PLATE (12 IN) (4 SEC) EA 4 $ - $ - 127 PED SIG SEC (LED) (COUNTDOWN) EA 8 $ - $ - 128 TRF SIG CBL (TY A)(12 AWG)(2 CONDR) LF , 943 $ - $ - 129 TRF SIG CBL (TY A)(14 AWG)(5 CONDR) LF 496 $ - $ - 130 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) LF 230 $ - $ - 131 TRF SIG CBL (TY A)(14 AWG)(16 CONDR) LF 456 $ - $ - 132 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 2 $ - $ - 133 INS TRF SIG PL AM(S)1 ARM(40') EA 2 $ - $ - 134 PED POLE ASSEMBLY EA 3 $ - $ - 135 PED DETECT PUSH BUTTON (APS) W/R10-3e SIGN EA 8 $ - $ - 136 RADAR PRESENCE DETECTOR EA 4 $ - $ - 137 RADAR PRESENCE DETECTRO COMM CABLE LF 556 $ - $ - 138 CAMERA PTZ (SERIES) EA 1 $ - $ - Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 6 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) ADDENDUM 1 ATTACHMENT 1 SHEET 7OF7 Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 139 ETHERNET CABLE CAT 5 LF 72 $ - $ - 140 ACYCLICA ROAD TREND EA 1 $ - $ - 141 ACYCLICA POWER/COMM CABLE LF 20 $ - $ - 142 ACYCLICA 2.4GHZ ANTENNA EA 1 $ - $ - 143 ETHERNET 4000 SWITCH EA 1 $ - $ - 144 ALLOWANCE FOR UNANTICIPATED TRAFFIC SIGNAL LS 1 $ 4,000.00 $ 4,000.00 SUBTOTAL PART 1- TRAFFIC SIGNAL IMPROVEMENTS (11 THRU 144) $ - Part J - ENVIRONMENTAL ISSUES (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 720 J1 ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART J - ENVIRONMENTAL ISSUES (11) - SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ 10,000.00 BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A10) 720 $ - SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B35) days $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ - SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru D6) $ - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items El thru E51) $ - SUBTOTAL PART F - WATER IMPROVEMENTS (Items F1 thru F49) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G14) $ - SUBTOTAL PART H - GAS IMPROVEMENTS (Item H1 thru H2) $ - SUBTOTAL PART I - TRAFFIC SIGNAL IMPROVEMENTS (Items 11 thru 144) $ - SUBTOTAL PART J - ENVIRONMENTAL ISSUES (Item J1) $ 10,000.00 TOTAL PROJECT BASE BID (PARTS A THRU J) 1 $ - Contract Times Bidder agrees to reach Substantial Completion in 720 days Bidder agrees to reach Final Completion in 750 days Bid Form (REVISED) Gollihar Road - From South Staples Street To Weber Road - 9192 Page 7of7 Rev 01-13-2016 .:w,..-coum.. NW (INNER ro.1111WMCw 192-,..w WNW ssCros.o.. • gm� +/+3/+7 WCR ADDENDUM NO.1 REVISION NO. DESCRIPTOR RUMOR NO. DUE DESCRWINN GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 Z16.2-001.1.0 NMI MOLES la .11101,,V.1101-7114.1. 111.1 r—i LLJ R.O.W. NORTH T /13/ T WCR ADDENDUM NO.1 RERISIOR NO. DATE DESCRIPTION R.O.W. SOUTH GOLLIHAR ROAD FROM WEBER RD. TD STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS 0 L — — 1_ J REvSION ND. DAIL CITY of CORPUS CHRISTI TEXAS D Deportment 1 Engineering Services DESCRIFFION LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 z I� b s 4 . a t. WBo 11 8 4 _,✓ e� u T /13/ T WCR ADDENDUM NO.1 RERISIOR NO. DATE DESCRIPTION R.O.W. SOUTH GOLLIHAR ROAD FROM WEBER RD. TD STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS 0 L — — 1_ J REvSION ND. DAIL CITY of CORPUS CHRISTI TEXAS D Deportment 1 Engineering Services DESCRIFFION LINaismith Engineering,Inc TBPE Firm Registration No. F-000355 z gm� DB Agm L 1/13/,7 WCR ADDENDUM NO.1 RUMOR NO DUE DIMORIFFION MISCH NO RESCRIIMON GOLLIHAR ROAD FROM WEBER RD. TD STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services MINaismith Engineeringlnc TBPE Firm Registration No. F-000355 zM1+2-30m D WIRD ro Wn[g3nmMMn-nrrx men nnucwe go ng R.O.W. ND • 4 R.O.W SOUTH 20 7 R.O.W SOUTH 1/13/17 WCR ADDENDUM NO.1 ASNORN NO CATE DESOMPRON REDERN NO. OWE WORMWOOD GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 6g AM. -SOLI... WAD (SWIM ro...„ACI,.,Hm-ryPICA, SUM MGM.. R.DW. NO Co og 500 4m 07 P R.D.W. SOUTH R.D.W SOUTH t/13/17 WCR ADDENDUM NO.1 RUMOR NO. CATE DIMORCION RONSON NO. DAM DESEMPOON COLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 z:w,.z-coum.. NW MINIMS ro.r.anC..,192-,..w MEM ssCros.o.. 1%J5 JIHdRD rm • H 0 01 8 E P 'o'a of 3X1135 8 gm� Apia 4 • wCR ADDENDUM NO.1 AMMON NO. DENSON NO. ONE -1 - CO GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TYPICAL STREET SECTIONS WEBER ROAD CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 ..w162-001.71.1 ROAD CMPUM ,N .OMNTO,.,.,.>-,. RM .ANAL OUAV 11-130N3f1b3S 0133tli11 - II 30N311b3S (SOUTHERN SECTION OF GOLLIHAR ROAD) *SET UP TRAFFIC CONTROLS FOR PHASE 2, WORK ZONE 2 N m zoyO °z £°om 5mq==°z m m � O popa=z$� zoxmm. `� m -mm�°°za HHft0 SEQUENCE III -CONSTRUCTION (UTILITIES & ROADWAY) 0133tlill - III 30N311b3S SUGGESTED SEQUENCE OF WORK 1/13/ NCR ADDENDUM N0.1 REVISION MT DESORPTION ROSTON NO. DATE DESCRIPTOR C0LLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN - CONSTRUCTION SEQUENCE OF WORK A CITY of CORPUS CHRISTI TEXAS a Department ! Engineenng Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 LOSURE IN ANY DIRECTION WILL NOT BE ALLOWED_ WCR RMS. MD DATE DESCRIPTOR REVISION HI CATE 00 CO GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) TRAFFIC CONTROL PLAN - CONSTRUCTION SEQUENCE OF WORK CITY of CORPUS CHRISTI TEXAS o Department f Engineering Services MINaismith Engineering,Inc TBPE Finn Registration No. F-000355 • r:w,..-...dn (MAPLES ro.r.anV..,:1v-.6C Drr.11.580 & S L ti '- S m 2 m U 2 - o e m . 8 ti_ o 8 m w 8 t 8 W= o m, m U ...... - d e w e_ 0 8 8_„* e„__ e w ; u, u ,v '2 I'm x 'i6 w 8. : e m m_! 8,+ w VATER STRUCTURE SCHEI BOX OR MANHOLE SIZE 19'8'%1]']%8' 8'-10'x8':10' 8� �m.F.:o�,.. !T SCHEDULE THROAT EXTENSION 'S 858 m 8®`5 m m 58 e U a o_ ee88 s e 82 8c a 8'8m m 8888.88 u, 8 8 8 '8 8, m e m m. w 8 m U U 8'8 u. 8'_ 8 8 u L 8 0 8 0 0 o 8 8 a o o o +/+3/+7 WCR ADDENDUM ND.1 REVISION NO. DAM DISORIMON REYSION NO. DESORIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER STRUCTURE SCHEDULE CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 L VATER STRUCTURE SCHEI BOX OR MANHOLE SIZE 19'8'%1]']%8' 8'-10'x8':10' 8� �m.F.:o�,.. w's cg's. ig +/+3/+7 WCR ADDENDUM ND.1 REVISION NO. DAM DISORIMON REYSION NO. DESORIFFION GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) STORM WATER STRUCTURE SCHEDULE CITY of CORPUS CHRISTI TEXAS a Department f Engineering Services Naismith Engineering,Inc TBPE Firm Registration No. F-000355 L SMADD-COD.11 RCN, DUNES 10 RERIRMORDMIA.MSC Welt ADDENDUM NSA REVISION CATE REVISION MD. DMIL DESCRIPTION LO N co '1_ GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS di CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services rrn Naismith Engineering,Inc TBPE Firm Registration No. F-000355 gm) j m�- Z 0 P1� Mn M> z r qtr Om Ar m1A 0 0 m On zo Oz riz mm rnn m, 0z OZ x M-1 o –< F) Zn mr m plc me zn N 0 n n� mo oz 00 0 -o Zm nZ Az m m0 0 z Oz x Z m 0 O z 5 5 1/13117 Welt ADDENDUM MD.1 ADM N NO. DATE DIDDRIFFION RENSION NO. OISCRINDON GOLLIHAR ROAD FROM WEBER RD. TO STAPLES ST. (BOND 2014) MISCELLANEOUS DETAILS - CONCRETE BOX CONNECTIONS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MINaismith Engineering,Inc TBPE Firm Registration No. F-000355 00 9101 ADDENDUM NUMBER 2 Project: Gollihar Road from Weber Rd. to Staples St. (B Owner: City of Corpus Christi City Engineer: Jeffery Edmonds, P.E. d 2014) Pr'ect Number: E13087 Designer: Wilfredo Rivera, Jr., P.E. Engineering Services Hanson Professional Services, Inc. Addendum No. 02 Specification Section: Issue Date: 01-16-17 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: [Designer] Wilfredo Rivera Jr., P.E. 01-16-17 Name Date Addendum Items: • REVISED Bid Form [Attachment No. 1) Hanson Professional Services, Inc. TBPE Firm Reg. No. F-000417 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. Section 00 30 01, Bid Form : 1. Delete: SECTION 00 30 01 BID FORM (Addendum 1, Attachment 1) in its entirety. 2. Add: SECTION 00 30 01 BID FORM in its entirety (Addendum 2, Attachment 1). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS None Associated with Addendum 2. Addendum No. 02 Gollihar Road from Weber Rd, to Staples Street (BOND 2014), Project E13087 009101-1 REV 04-02-2014 ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS None Associated with Addendum 2. END OF ADDENDUM NO. 2 Addendum No. 02 Gollihar Road from Weber Rd. to Staples Street (BOND 2014), Project E13087 009101-2 REV 04-02-2014 00 30 01 BID FORM (REVISED) Project Name: GOLLIHAR ROAD - FROM WEBER ROAD TO SOUTH STAPLES STREET (BOND 2014) Project Number: E13087 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: MOBILIZATION Designer: NAISMITH ENGINEERING, INC. Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION LS 1 $ - $ A2 STORMWATER POLLUTION PREVENTION PLAN LS 1 $ - $ A3 OZONE ACTION DAY EA 8 $ - $ A4 EXPLORATORY EXCAVATIONS LS 1 $ - $ A5 TRAFFIC CONTROL - GOLLIHAR UTILITIES & FINAL PAVEMENT (INTERIM TCP SIGNAGE AND DELINEATION) MO 22 $ - $ A6 TRAFFIC CONTROL - WEBER INTERSECTION (INTERIM TCP SIGNAGE AND DELINEATION) MO 2 $ $ A7 TRAFFIC CONTROL PLAN - PLAN AND PREPARATION (GOLLIHAR AND WEBER - PROJECT LIMIT BARRICADES) EA 2 $ - $ - A8 TRAFFIC CONTROL PLAN - MESSAGE SIGN BOARDS EA 6 $ - $ - A9 LOW PROFILE CONCRETE BARRIER (20 FOOT BARRIER) EA 50 $ - $ - A10 TRAFFIC CONTROL PLAN - MOBILIZATION (5% OF TOTAL TCP COST - ITEM NOS. A5 THRU A9) LS 1 $ - $ - SUBTOTAL PART A - GENERAL (Items Al thru A10) $ - Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 FINAL SURFACE (2 -INCH TYPE 'D' HMAC) SY 32,175 $ - $ - B2 INITIAL SURFACE (3 -INCH TYPE 'B' HMAC) SY 32,175 $ - $ - B3 PRIME COAT, MC -30 (0.15 GAL/SY) GAL 4,826 $ - $ - B4 12 -INCH CRUSHED LIMESTONE BASE SY 35,514 $ - $ - B5 GEOGRID, TENSAR TX -5 SY 35,514 $ - $ - B6 12 -INCH COMPACTED SUBGRADE SY 35,514 $ - $ - B7 STREET EXCAVATION SY 35,514 $ - $ - B8 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (4 -INCH) (BROKEN) LF 2,230 $ - $ - B9 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4 -INCH) (BROKEN) LF 2,080 $ - $ - B10 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4 -INCH) (SOLID) LF 8,822 $ - $ - B11 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (8 -INCH) (SOLID) LF 404 $ - $ - B12 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (ARROW) EA 56 $ - $ - B13 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (WORD) EA 5 $ - $ - B14 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (SYMBOL) EA 16 $ - $ - B15 RAISED PAVEMENT MARKERS (TYPE I -C) EA 136 $ - $ - Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 1 OF 7 Page 1 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B16 RAISED PAVEMENT MARKERS (TYPE II -A -A) EA 442 $ - $ - B17 RAISED PAVEMENT MARKERS (TYPE II -B -B) EA 15 $ - $ - B18 2 -INCH PVC (SCH. 40) ELECTRICAL CONDUIT (IT/MIS) LF 4,989 $ - $ - B19 NEWBASIS POLYMER CONCRETE PULL BOXES 24"X36"X18" WITH 3 -INCH GRAVEL (IT/MIS) EA 8 $ - $ - B20 CONCRETE DRIVEWAY SF 13,344 $ - $ - B21 BLOCK SODDING SY 1,060 $ - $ - B22 SIDEWALK DEMOLITION SF 34,236 $ - $ - B23 CURB & GUTTER DEMOLITION LF 8,910 $ - $ - B24 HEADER CURB/SIDEWALK RETAINING CURB DEMOLITION LF 826 $ - $ - B25 CONCRETE DRIVEWAY DEMOLITION SF 15,529 $ - $ - B26 CURB RAMP DEMOLITION SF 1,759 $ - $ - B27 PAVEMENT REPAIR SY 197 $ - $ - B28 NEW REGULATORY SIGNAGE EA 139 $ - $ - B29 RELOCATION OF EXISTING SIGNAGE EA 20 $ - $ - B30 REMOVAL OF EXISTING SIGNAGE EA 49 $ - $ - B31 CYCLE TRACK SIDEWALK (GREEN) SF 27,942 $ - $ - B32 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (24 -INCH) LF 1,247 $ - $ - B33 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (12 -INCH) LF 1,275 $ - $ - B34 TYPE 'C' PREFABRICATED CROSSWALK STRIPING (24 -INCH) LF 413 $ - $ B35 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B35) $ - Part C - RTA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 8 -INCH CONCRETE BUS PAD SF 5,280 $ - $ C2 CONCRETE SHELTER/LANDING PAD SF 1,980 $ $ C3 DEMOLITION OF EXISTING CONCRETE SHELTER PAD SF 267 $ - $ C4 SHELTER PAD STRIPING (YELLOW) (SOLID) (FULL WIDTH OF CURB) LF 480 $ - $ SUBTOTAL PART C - RTA IMPROVEMENTS (Items Cl thru C4) $ Part D - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 CONCRETE PEDESTRIAN SIDEWALK SF 33,133 $ - $ - D2 SIDEWALK RETAINING CURB LF 1,234 $ - $ - D3 TYPE 2 CONCRETE RAMP SF 574 $ - $ - D4 TYPE 6 CONCRETE RAMP SF 674 $ - $ - D5 TYPE 14 CONCRETE RAMP SF 773 $ - $ - D6 ADA TRANSITION RAMP SF 3,105 $ - $ - SUBTOTAL PART D - ADA IMPROVEMENTS (D1 THRU D6) $ - Part E DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 5 -FOOT CURB INLET EA 38 $ - $ - E2 MODIFIED CURB INLETTYP 1 EA 1 $ - $ - E3 MODIFIED CURB INLETTYP 2 EA 1 $ - $ - E4 CURB INLET REHABILITATION (NOT USED) EA - $ - $ - E5 5 -FOOT CURB INLET THROAT EXTENSION EA 21 $ - $ - Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 2 OF 7 Page 2 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E6 STANDARD 6" CURB & GUTTER LF 9,294 $ - $ - E7 DRIVEWAY GUTTER LF 1,213 $ $ - E8 18 -INCH REINFORCED CONCRETE PIPE (Class III) LF 905 $ - $ - E9 24 -INCH REINFORCED CONCRETE PIPE (Class III) LF 459 $ - $ - E10 30 -INCH REINFORCED CONCRETE PIPE (Class III) LF 185 $ - $ - Ell 36 -INCH REINFORCED CONCRETE PIPE (Class III) LF 597 $ - $ - E12 48 -INCH REINFORCED CONCRETE PIPE (Class III) LF 843 $ - $ - E13 4 FOOT X 4 FOOT BOX CULVERT 139° BEND PRE -FABRICATED FITTING EA 1 $ $ E14 5 FOOT X 4 FOOT BOX CULVERT 146° BEND PRE -FABRICATED FITTING EA 1 $ $ E15 4 FOOT X 4 FOOT BOX CULVERT LF 492 $ - $ - E16 5 FOOT X 4 FOOT BOX CULVERT LF 2,743 $ - $ - E17 TRENCH SAFETY FOR STORMWATER LINES LF 6,208 $ - $ - E18 TRENCH SAFETY FOR STORMWATER INLET EA 40 $ - $ - E19 TRENCH SAFETY FOR STORMWATER MANHOLE/RISER EA 25 $ - $ - E20 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.1 EA 1 $ - $ - E21 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.2 EA 1 $ - $ - E22 JUNCTION BOX NO.1 EA 1 $ - $ - E23 JUNCTION BOX NO.2 EA 1 $ - $ - E24 TYPE 'A' STORMWATER MANHOLE (4 FEET TO 7 FEET DEEP) EA 3 $ - $ - E25 TYPE 'A' STORMWATER MANHOLE (7 FEET TO 9 FEET DEEP) EA 3 $ - $ - E26 TYPE 'A' STORMWATER MANHOLE (9 FEET TO 11 FEET DEEP) EA 2 $ - $ - E27 TYPE 'A' STORMWATER MANHOLE (11 FEET TO 13 FEET DEEP) EA 1 $ - $ - E28 TYPE 'C' STORMWATER MANHOLE EA 2 $ - $ - E29 TYPE 'D' STORMWATER MANHOLE EA 9 $ - $ - E30 MANHOLE RISER EA 5 $ - $ - E31 MANHOLES TO BE DEMOLISHED AND FILLED WITH SAND EA 1 $ - $ - E32 EQUALIZATION AND REINFORCED CONCRETE BOX CONNECTIONS EA 1 $ - $ - E33 CONNECT LATERAL TO BOX CULVERT MAIN EA 9 $ - $ - E34 CONNECT 4 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 1 $ - $ - E35 CONNECT 5 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 7 $ - $ - E36 ADJUST RING/COVER EA 11 $ - $ - E37 8" STEEL/METAL PIPE TO BE REMOVED LF 126 $ - $ - E38 15" REINFORCED CONCRETE PIPE TO BE REMOVED LF 131 $ - $ - E39 18" REINFORCED CONCRETE PIPE TO BE REMOVED LF 553 $ - $ - E40 24" REINFORCED CONCRETE PIPE TO BE REMOVED LF 267 $ - $ - E41 30" REINFORCED CONCRETE PIPE TO BE REMOVED LF 6 $ - $ - E42 54" REINFORCED CONCRETE PIPE TO BE REMOVED LF 23 $ - $ - E43 CURB INLET DEMOLITION EA 17 $ - $ - E44 BOX CULVERT DEMOLITION LF 15 $ - $ - E45 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 1) EA 38 $ - $ - E46 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 2 AND 3) EA 8 $ $ Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 3 OF 7 Page 3 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E47 BOX CULVERT REHABILITATION - MISCELLANEOUS DEBRIS AND SILT REMOVAL CY 167 $ $ - E48 BOX CULVERT REHABILITATION - CONFINED WORKING SPACE ENVIRONMENT LF 2,650 $ $ E49 SILT FENCE LF 10,000 $ - $ - E50 INLET PROTECTION EA 49 $ - $ - E51 ALLOWANCE FOR UNANTICIPATED DRAINAGE IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (El THRU E51) $ - Part F WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 6 -INCH PVC (C-900) WATERLINE LF 290 $ - $ - F2 6 -INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A 12" PVC (C-900) PIPE LF 322 F3 8 -INCH PVC (C-900) WATERLINE LF 907 $ - $ - F4 12 -INCH PVC (C-905) WATERLINE LF 199 $ - $ - F5 12 -INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A 12" PVC (C-900) PIPE LF 4,351 $ $ F6 16 -INCH PVC (C-905) WATERLINE LF 94 $ - $ - F7 4 -INCH DUCTILE IRON PIPE LF 15 $ - $ - F8 6 -INCH DUCTILE IRON PIPE LF 315 $ - $ - F9 8 -INCH DUCTILE IRON PIPE LF 57 $ - $ - F10 12 -INCH DUCTILE IRON PIPE LF 238 $ - $ - F11 16 -INCH DUCTILE IRON PIPE LF 46 $ - $ - F12 TRENCH SAFETY FOR WATERLINES LF 6,525 $ - $ - F13 6 -INCH D.I.M.J. GATE VALVE EA 15 $ - $ - F14 8 -INCH D.I.M.J. GATE VALVE EA 4 $ - $ - F15 12 -INCH D.I.M.J. GATE VALVE EA 23 $ - $ - F16 16 -INCH D.I.M.J. GATE VALVE EA 2 $ - $ - F17 12 -INCH X 6 -INCH D.I.M.J. REDUCING CROSS EA 5 $ - $ - F18 16 -INCH X 16 -INCH D.I.M.J. CROSS EA 1 $ - $ - F19 12 -INCH X 8 -INCH D.I.M.J. REDUCING TEE EA 4 $ - $ - F20 12 -INCH X 6 -INCH D.I.M.J. REDUCING TEE EA 2 $ - $ - F21 16 -INCH X 12 -INCH D.I.M.J. REDUCER EA 1 $ - $ - F22 6 -INCH X 4 -INCH D.I.M.J. REDUCER EA 4 $ - $ - F23 16 -INCH D.I.M.J. PLUG EA 1 $ - $ - F24 16 -INCH X 12 -INCH D.I.M.J. OFFSET BRANCH EA 1 $ - $ - F25 16 -INCH D.I.M.J. 45 DEG BEND EA 8 $ - $ - F26 12 -INCH D.I.M.J. 45 DEG BEND EA 27 $ - $ - F27 8 -INCH D.I.M.J. 90 DEG BEND EA 2 $ - $ - F28 8 -INCH D.I.M.J. 45 DEG BEND EA 11 $ - $ - F29 6 -INCH D.I.M.J. 45 DEG BEND EA 56 $ - $ - F30 6 -INCH D.I.M.J. 22.50 DEG BEND EA 8 $ - $ - F31 6 -INCH D.I.M.J. 11.25 DEG BEND EA 8 $ - $ - F32 4 -INCH D.I.M.J. 45 DEG BEND EA 4 $ - $ - Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 4 OF 7 Page4of7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT F33 16 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 2 $ - $ - F34 12 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 1 $ - $ - F35 8 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 1 $ - $ - F36 6 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 10 $ - $ - F37 4 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 5 $ - $ - F38 16 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 5 $ - $ - F39 12 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 19 $ - $ - F40 8 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 5 $ - $ - F41 6 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 37 $ - $ - F42 4 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 7 $ - $ - F43 VALVE BOX ADJUSTMENTS EA 5 $ - $ - F44 FIRE HYDRANT ASSEMBLY TYPE I (INCLUDES MAIN LINE FITTING) EA 3 $ - $ - F45 FIRE HYDRANT ASSEMBLY TYPE II (INCLUDES MAIN LINE FITTING) EA 13 $ - $ - F46 REMOVE/SALVAGE EXISTING FIRE HYDRANT EA 12 $ - $ - F47 RELOCATE/RECONNECT EXISTING WATER SERVICE METER (INCLUDES NEW BOX, LINE, & CONNECTION) EA 8 $ $ F48 WATERLINES TO BE GROUT FILLED AND ABANDONED IN PLACE LF 2,250 $ - $ - F49 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART F - WATER IMPROVEMENTS (F1 THRU F49) $ - Part G - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 8 -INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 10 -LF INCH POLYETHYLENE PIPE (SDR 17, IPS) 1,060 $ $ G2 10 -INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 12- INCH POLYETHYLENE PIPE (SDR 17, IPS) LF 246 $ $ - G3 15 -INCH PVC (SDR 26) GRAVITY SEWER PIPE @ 11 FT TO 13 FT DEPTH LF 83 $ $ - G4 TRENCH SAFETY FOR WASTEWATER LINES LF 1,389 $ - $ - G5 TRENCH SAFETY FOR WASTEWATER MANHOLE REHABILITATION EA 5 $ - $ - G6 REHABILITATION OF EXISTING BRICK\CONCRETE MANHOLES WITH FIBERGLASS LINER AND NEW RING\COVER (6' DEEP) EA 5 $ - $ - G6A MANHOLE REHABILITATION,( >6') PER VERTICAL FOOT VF 20 $ - $ - G7 18 -INCH DIAMETER STEEL CASING (THROUGH BOX CULVERT) LF 12 $ - $ - G8 WASTEWATER BY PASSING EA 1 $ - $ - G9 WASTEWATER SERVICE RECONNECTION (INCLUDES NEW SERVICE LINE AND CONNECTION) EA 7 $ - $ - G10 15 -INCH VCP TO PVC MISSION RUBBER COUPLING (12 -INCH MINIMUM) EA 1 $ $ G11 CONCRETE PAVEMENT REPAIR SF 350 $ - $ - G12 ASPHALT PAVEMENT REPAIR SY 45 $ - $ - G13 15" VCP (13.5' DEEP) WASTEWATER GRAVITY LINE TO BE REMOVED LF 83 $ $ G14 ALLOWANCE FOR UNANTICIPATED WASTEWATER LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (G1 THRU G14) $ - Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 5 OF 7 Page 5 of 7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED $ - H2 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS QUANTITY 1 AMOUNT Part H - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 BACKFILL AND COMPACTION OF HIGH PRESSURE GAS LINE LF 228 $ - $ - H2 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART H - GAS IMPROVEMENTS (H1 THRU H2) $ - Part I - TRAFFIC SIGNAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 56 $ - $ - 12 CONDT (PVC) (SCHD 40) (2") LF 58 $ - $ - 13 CONDT (PVC) (SCHD 40) (2") (BORE) LF 222 $ - $ - 14 CONDT (PVC) (SCHD 40) (3") LF 53 $ - $ - 15 CONDT (PVC) (SCHD 40) (4") LF 58 $ - $ - 16 CONDT (PVC) (SCHD 40) (4") (BORE) LF 301 $ - $ - 17 ELEC CONDR (N0.8) INSULATED LF 388 $ - $ - 18 ELEC CONDR (NO.6) BARE LF 183 $ - $ - 19 ELEC CONDR (N0.6) INSULATED LF 366 $ - $ - 110 TRAY CABLE (3 CONDR) (12 AWG) LF 588 $ - $ - 111 GROUND BOX TY C (162911) W/APRON EA 2 $ - $ - 112 GROUND BOX TY D (162922) W/APRON EA 2 $ - $ - 113 REMOVE ELECTRICAL SERVICES EA 1 $ - $ - 114 ELC SRV TY D (120/240) 060 (NS)AL(E)TS(0) EA 1 $ - $ - 115 ILSN (LED)(6S) EA 2 $ - $ - 116 ILSN (LED)(8S) EA 2 $ - $ - 117 INSTALL HWY TRF SIG (ISOLATED) EA 1 $ - $ - 118 REMOVING TRAFFIC SIGNALS EA 1 $ - $ - 119 VEH SIG SEC (12") LED (GRN) EA 8 $ - $ - 120 VEH SIG SEC (12") LED (GRN ARW) EA 4 $ - $ - 121 VEH SIG SEC (12") LED (YEL) EA 8 $ - $ - 122 VEH SIG SEC (12") LED (YEL ARW) EA 8 $ - $ - 123 VEH SIG SEC (12") LED (RED) EA 8 $ - $ - 124 VEH SIG SEC (12") LED (RED ARW) EA 4 $ - $ - 125 BACK PLATE (12 IN) (3 SEC) EA 8 $ - $ - 126 BACK PLATE (12 IN) (4 SEC) EA 4 $ - $ - 127 PED SIG SEC (LED) (COUNTDOWN) EA 8 $ - $ - 128 TRF SIG CBL (TY A)(12 AWG)(2 CONDR) LF 943 $ - $ - 129 TRF SIG CBL (TY A)(14 AWG)(5 COMDR) LF 496 $ - $ - 130 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) LF 230 $ - $ - 131 TRF SIG CBL (TY A)(14 AWG)(16 CONDR) LF 456 $ - $ - 132 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 2 $ - $ - 133 INS TRF SIG PL AM(S)1 ARM(40') EA 2 $ - $ - 134 PED POLE ASSEMBLY EA 3 $ - $ - 135 PED DETECT PUSH BUTTON (APS) W/R10-3e SIGN EA 8 $ - $ - 136 RADAR PRESENCE DETECTOR EA 4 $ - $ - 137 RADAR PRESENCE DETECTRO COMM CABLE LF 556 $ - $ - 138 CAMERA PTZ (SERIES) EA 1 $ - $ - Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 6 OF 7 Page 6of7 Rev 01-13-2016 00 30 01 BID FORM (REVISED) Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 139 ETHERNET CABLE CAT 5 LF 72 $ - $ - 140 ACYCLICA ROAD TREND EA 1 $ - $ - 141 ACYCLICA POWER/COMM CABLE LF 20 $ - $ - 142 ACYCLICA 2.4GHZ ANTENNA EA 1 $ - $ - 143 ETHERNET 4000 SWITCH EA 1 $ - $ - 144 ALLOWANCE FOR UNANTICIPATED TRAFFIC SIGNAL LS 1 $ 4,000.00 $ 4,000.00 SUBTOTAL PART I - TRAFFIC SIGNAL IMPROVEMENTS (11 THRU 144) $ - Part J - ENVIRONMENTAL ISSUES (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 720 J1 ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART J - ENVIRONMENTAL ISSUES (J1) - SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ 10,000.00 BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A10) 720 $ - 'SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B35) days $ - SUBTOTAL PART C - RTA IMPROVEMENTS (Items C1 thru C4) $ - SUBTOTAL PART D - ADA IMPROVEMENTS (Items D1 thru D6) $ - SUBTOTAL PART E - DRAINAGE IMPROVEMENTS (Items El thru E51) $ - SUBTOTAL PART F - WATER IMPROVEMENTS (Items F1 thru F49) $ - SUBTOTAL PART G - WASTEWATER IMPROVEMENTS (Items G1 thru G14) $ - SUBTOTAL PART H - GAS IMPROVEMENTS (Item H1 thru H2) $ - SUBTOTAL PART I - TRAFFIC SIGNAL IMPROVEMENTS (Items 11 thru 144) $ - SUBTOTAL PART J - ENVIRONMENTAL ISSUES (Item J1) $ 10,000.00 TOTAL PROJECT BASE BID (PARTS A THRU J) 1 $ - Contract Times Bidder agrees to reach Substantial Completion in 720 days Bidder agrees to reach Final Completion in 750 days Bid Form (REVISED) Gollihar Road From Weber Rd to Staples St (BOND 2014) - Project E13087 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 7 OF 7 Page7of7 Rev 01-13-2016 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we BERRY CONTRACTING,LP DBA BAY LTD. as Principal, hereinafter called the Principal, and CONTINENTAL CASUALTY COMPANY a corporation duly organized under the laws of the State of ILLINOIS as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars ($ 5% G.A.B. ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted bid for GOLLIHAR ROAD FROM WEBER ROAD TO STAPLES STREET (BOND 2014) PROJECT NO. E13087 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 18TH day of JANUARY 2017 teet-'1"--/r (Witness) BERRY CONTRACTING, LP DBA BAY LTD. (Principal) (Seal) (Title) CONTINENTAL CASUALTY COMPANY (Surety) (Seal) MARY MOORE, ATTY IN FACT Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A310- Bid Bond - February 1970 Edition. G -108041-A POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 21st day of March, 2016. Continental Casualty Company National Fire Insurance Company of Hartford American Cas lty Company of Reading, Pennsylvania Paul T. Bruflat F Vice President State of South Dakota, County of Minnehaha, ss: On this 21st day of March, 2016, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR SHWA/MR/WC at SOUTH I:MIA • My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE 1, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify, that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 18TH day of JANUARY , 2017 • Form F6853-4/2012 teNY OP 4.16 oy4APOR4TED - JULY 31, tso-z Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult N Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTER BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995; "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duty adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specifie resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of lice nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Berry Contracting, LP dba Bay Ltd. (type or print name of company) on: 2 PM Wednesday, January 18, 2017 for Owner'.s Project Identification No. — E13087, Gollihar Road -- From Weber Road to Staples Street. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401. Attention: City Secretary Bid — Gollihar Road — Weber Road to Staples Street (Bond 2014), Project No. E13087 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 1 1/13/2017 2 1/16/2017 116b, II Bid Acknowledgement Form 00 30 00 - 1 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; d B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, andperformance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware ofthe general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 2 Gallihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 -- BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 -- EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for Bid Acknowledgement Form Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 00 30 00--3 Rev 01-13-201G any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 720 Days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 750 Days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 --ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be Bid Acknowledgement Form 00 30 00 - 4 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 01-13-2016 rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. ( 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations ( Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a t notarized power of attorney authorizing the individual designated as their authorized i representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 00 30 00 - 5 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project [13087 Rev oz -13-7016 ARTICLE 11-- BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Berry Contracting, LP dba Bay Ltd. (typed or printed full legal name of Bidder) (individual's signature) Jon Lentz (typed or printed) Estimating Manager State of Residency: Federal Tax Id. No. Address for giving notices: (typed or printed) (individual's signature) Texas 74-2982901 Bay Ltd. 1414 Valero Way Corpus Christi, TX 78408 Phone: (361) 693-2100 (main) Email: lentzj@bayltd.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION ) Bid Acknowledgement Form 00 30 00 - 6 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 01-13-7016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not Tess than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of LI Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Berry Contracting, LP dba Bay Ltd. (typed or printed) (sr nature -- attach evidence of authority to sign) Jon Lentz (typed or printed) Title: Estimating Manager Business address: Bay Ltd. Phone: 1414 Valero Way Corpus Christi, TX 78408 (361)693-2100 (main#) Email: lentzj@bayltd.com END OF SECTION Compliance to State Law on Nonresident Bidders Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project [13087 003002-1 11-25-2013 3 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this S'h day of January 2002. Edward A. Martin, President, presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to name the individuals authorized to act for and on behalf of Bay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A. L. Beny Edward A. Martin D. E. Spangler President Vice President Vice President Vice President Vice President Vice President FURTHER RESOLVED that in the event D. W. Berry is unavailable, Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers or arrangements and revisions, changes or modifications of same as the needs of the Highway Division of Bay Ltd, may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Jon Lentz, Estimating Manager and James Wright, Administrative Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign. "Proposal To the Texas Department of Transpoitation". FURTHER RESOLVED that the Secretary -Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority, Attest: DonEtta Beaty, Secreta Approved Correct: Edward A. Martin, President & CEO Certification of Secretary 1, DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting, LP dba Bay Ltd. held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this the 8th day of January 2002, to which witness my hand. DonEtta Beaty, Secreta 00 30 05 City of Corpus Christi Disclosure of interest City of cChn' ti SUPPLIER NUMBER TO BE ASSIGNED Blr-CI1Y^ PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. if the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Bay Ltd. P. O. BOX: STREET ADDRESS: 9908 1414 Valero Way FIRM IS: 1. Corporation 4. Association 8 CITY: Corpus Christi ZIP: 78408 - 2. Partnership 5. Other 3. Sole Owner 0 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm," Name N/A Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N/A Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N/A Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name N/A Consultant City of Corpus Christi Disclosure of Interest 003005-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. {Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Jon Lentz (Type or NO Signature of Certifying Person: Title: Estimating Manager DEFINITIONS Date: i 8 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either an a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant" Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 0030.05-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Gollihar Road —Weber Road to Staples Street (Bond 2014) Project Number— E13087 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Berry Contracting, LP dba Bay Ltd. (typed or printed) ---g4-4- S e :, re. • 4 '. r -N qv W\ tr. ° (s gnature -- attach evidence f authority to sign) Jon Lentz (typed or printed) Estimating Manager Business address: Bay Ltd. Phone: 1414 Valero Way Corpus Christi, TX 78408 (361) 693-2100 (main#) Email: lentzj@bayltd.com END OF SECTION Non -Collusion Certification 00 30 06 - 1 Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 11-25-2013 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this 8Th day of January 2002. Edward A. Martin, President, presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to name the individuals authorized to act for and on behalf of Bay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry A. L. Berry Edward A. Martin D. E. Spangler President Vice President Vice President Vice President Vice President Vice President FURTHER RESOLVED that in the event D. W. Berry is unavailable, Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers or arrangements and revisions, changes or modifications of same as the needs of the Highway Division of Bay Ltd. may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Jon Lentz, Estimating Manager and James Wright, Administrative Manager are specifically empowered to act for and on behalf of Bay Ltd. to sign "Proposal To the Texas Department of Transportation". FURTHER RESOLVED that the Secretary -Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Attest: DonEtta Beaty, Secreta Approved Correct: Edward A. Martin, President & CEO Certification of Secretary 1, DonEtta Beaty, Secretary of Berry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting, LP dba Bay Ltd. held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolution is a continuing resolution and is presently valid and in full force and effect this the 81h day of January 2002, to which witness my hand. DonEtta Beaty, Secret Report Created On: 1/18/2017 2:47:48 PM BID FORM BASE BID Total PART A - GENERAL $1,133,436.00 PART B - STREET IMPROVEMENTS $3,347,592.44 PART C - RTA IMPROVEMENTS $142,656.00 PART D - ADA IMPROVEMENTS $415,225.10 PART E - DRAINAGE IMPROVEMENTS $3,227,118.80 PART F - WATER IMPROVEMENTS $1,700,450.00 PART G - WASTEWATER IMPROVEMENTS $307,275.00 PART H - GAS IMPROVEMENTS $47,800.00 PART I -TRAFFIC SIGNAL IMPROVEMENTS $269,788.10 PART J - ENVIRONMENTAL ISSUES $10,000.00 Total $10,601,341.44 Base Bid PART A - GENERAL No. Description Unit Qty Unit Price Ext Price 1 -Al MOBILIZATION LS 1 $530,000.00 $530,000.00 1-A2 STORMWATER POLLUTION PREVENTION PLAN LS 1 $88,000.00 $88,000.00 1-A3 OZONE ACTION DAY EA 8 $17.00 $136.00 1-A4 EXPLORATORY EXCAVATIONS LS 1 $54,900.00 $54,900.00 1-A5 TRAFFIC CONTROL - GOLLIHAR UTILITIES & FINAL PAVEMENT (INTERIM TCP SIGNAGE AND DELINEATION) MO 22 $4,200.00 $92,400.00 1-A6 TRAFFIC CONTROL - WEBER INTERSECTION (INTERIM TCP SIGNAGE AND DELINEATION) MO 2 $6,100.00 $12,200.00 1-A7 TRAFFIC CONTROL PLAN - PLAN AND PREPARATION (GOLLIHAR AND WEBER - PROJECT LIMIT BARRICADES) EA 2 $29,300.00 $58,600.00 1-A8 TRAFFIC CONTROL PLAN - MESSAGE SIGN BOARDS EA 6 $15,200.00 $91,200.00 1-A9 LOW PROFILE CONCRETE BARRIER (20 FOOT BARRIER) EA 50 $3,700.00 $185,000.00 1-A10 TRAFFIC CONTROL PLAN - MOBILIZATION (5% OF TOTAL TCP COST ITEM NOS. A5 THRU A9) LS 1 $21,000.00 $21,000.00 C lid'le AST Report Created On: 1/18/2017 2:47:48 PM PART A - GENERAL No. Description Unit Qty Unit Price Ext Price 1-B1 Sub Total: $1,133,436.00 PART B - STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-B1 FINAL SURFACE (2 -INCH TYPE 'D' HMAC) SY 32175 $11.75 $378,056.25 1-B2 INITIAL SURFACE (3 -INCH TYPE 'B' HMAC) SY 32175 $15.75 $506,756.25 1-B3 PRIME COAT, MC -30 (0.15 GAL/SY) GAL 4826 $4.40 $21,234.40 1-B4 12 -INCH CRUSHED LIMESTONE BASE SY 35514 $26.00 $923,364.00 1-B5 GEOGRID, TENSAR TX -5 SY 35514 $3.60 $127,850.40 1-B6 12 -INCH COMPACTED SUBGRADE SY 35514 $3.20 $113,644.80 1-B7 STREET EXCAVATION SY 35514 $9.90 $351,588.60 1-B8 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (4 -INCH) (BROKEN) LF 2230 $0.42 $936.60 1-B9 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4 -INCH) (BROKEN) LF 2080 $0.42 $873.60 1-B10 REFLECTIVE PAVEMENT MARKING TYPE 1 (Y) (4 -INCH) (SOLID) LF 8822 $0.42 $3,705.24 1-B11 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (8 -INCH) (SOLID) LF 404 $0.85 $343.40 1-B12 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (ARROW) EA 56 $99.00 $5,544.00 1-B13 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (WORD) EA 5 $140.00 $700.00 1-B14 REFLECTIVE PAVEMENT MARKING TYPE 1 (W) (SYMBOL) EA 16 $230.00 $3,680.00 1-B15 RAISED PAVEMENT MARKERS (TYPE I -C) EA 136 $5.30 $720.80 1-B16 RAISED PAVEMENT MARKERS (TYPE II -A -A) EA 442 $5.30 $2,342.60 1-B17 RAISED PAVEMENT MARKERS (TYPE II -B -B) EA 15 $9.30 $139.50 1-B18 2 -INCH PVC (SCH. 40) ELECTRICAL CONDUIT (IT/MIS) LF 4989 $13.25 $66,104.25 1-B19 NEWBASIS POLYMER CONCRETE PULL BOXES 24"X36"X18" WITH 3 - INCH GRAVEL (IT/MIS) EA 8 $2,600.00 $20,800.00 1-B20 CONCRETE DRIVEWAY SF 13344 $17.00 $226,848.00 C lid'le AST Report Created On: 1/18/2017 2:47:48 PM PART B - STREET IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-B21 BLOCK SODDING SY 1060 $15.75 $16,695.00 1-B22 SIDEWALK DEMOLITION SF 34236 $1.25 $42,795.00 1-B23 CURB & GUTTER DEMOLITION LF 8910 $7.60 $67,716.00 1-B24 HEADER CURB/SIDEWALK RETAINING CURB DEMOLITION LF 826 $10.75 $8,879.50 1-B25 CONCRETE DRIVEWAY DEMOLITION SF 15529 $4.00 $62,116.00 1-B26 CURB RAMP DEMOLITION SF 1759 $2.10 $3,693.90 1-B27 PAVEMENT REPAIR SY 197 $170.00 $33,490.00 1-B28 NEW REGULATORY SIGNAGE EA 139 $400.00 $55,600.00 1-B29 RELOCATION OF EXISTING SIGNAGE EA 20 $400.00 $8,000.00 1-B30 REMOVAL OF EXISTING SIGNAGE EA 49 $53.00 $2,597.00 1-B31 CYCLE TRACK SIDEWALK (GREEN) SF 27942 $8.30 $231,918.60 1-B32 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (24 -INCH) LF 1247 $19.75 $24,628.25 1-B33 TYPE 'B' PREFABRICATED CROSSWALK STRIPING (12 -INCH) LF 1275 $9.90 $12,622.50 1-B34 TYPE 'C' PREFABRICATED CROSSWALK STRIPING (24 -INCH) LF 413 $16.00 $6,608.00 1-B35 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS LS 1 $15,000.00 $15,000.00 Sub Total: $3,347,592.44 PART C - RTA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-C1 8 -INCH CONCRETE BUS PAD SF 5280 $19.00 $100,320.00 1-C2 CONCRETE SHELTER/LANDING PAD SF 1980 $18.00 $35,640.00 1-C3 DEMOLITION OF EXISTING CONCRETE SHELTER PAD SF 267 $24.00 $6,408.00 1-C4 SHELTER PAD STRIPING (YELLOW) (SOLID) (FULL WIDTH OF CURB) LF 480 $0.60 $288.00 Sub Total: $142,656.00 RICAST Report Created On: 1/18/2017 2:47:48 PM PART D - ADA IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-D1 CONCRETE PEDESTRIAN SIDEWALK SF 33133 $7.20 $238,557.60 1-D2 SIDEWALK RETAINING CURB LF 1234 $48.00 $59,232.00 1-D3 TYPE 2 CONCRETE RAMP SF 574 $25.00 $14,350.00 1-D4 TYPE 6 CONCRETE RAMP SF 674 $31.00 $20,894.00 1-D5 TYPE 14 CONCRETE RAMP SF 773 $28.00 $21,644.00 1-D6 ADA TRANSITION RAMP SF 3105 $19.50 $60,547.50 1-E7 Sub Total: $415,225.10 PART E - DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-E1 5 -FOOT CURB INLET EA 38 $5,300.00 $201,400.00 1-E2 MODIFIED CURB INLET TYP 1 EA 1 $10,500.00 $10,500.00 1-E3 MODIFIED CURB INLET TYP 2 EA 1 $11,200.00 $11,200.00 1-E4 CURB INLET REHABILITATION (NOT USED) EA 0 $0.00 $0.00 1-E5 5 -FOOT CURB INLET EXTENSION EA 21 $1,200.00 $25,200.00 1-E6 STANDARD 6" CURB & GUTTER LF 9294 $26.00 $241,644.00 1-E7 DRIVEWAY GUTTER LF 1213 $25.00 $30,325.00 1-E8 18 -INCH REINFORCED CONCRETE PIPE (Class III) LF 905 $160.00 $144,800.00 1-E9 24 -INCH REINFORCED CONCRETE PIPE (Class III) LF 459 $160.00 $73,440.00 1-E10 30 -INCH REINFORCED CONCRETE PIPE (Class III) LF 185 $160.00 $29,600.00 1 -Ell 36 -INCH REINFORCED CONCRETE PIPE (Class III) LF 597 $190.00 $113,430.00 1-E12 48 -INCH REINFORCED CONCRETE PIPE (Class III) LF 843 $250.00 $210,750.00 1-E13 4 FOOT X 4 FOOT BOX CULVERT 139° BEND PRE -FABRICATED FITTING EA 1 $10,700.00 $10,700.00 1-E14 5 FOOT X 4 FOOT BOX CULVERT 146° BEND PRE -FABRICATED FITTING EA 1 $11,400.00 $11,400.00 1-E15 4 FOOT X 4 FOOT BOX CULVERT LF 492 $280.00 $137,760.00 1-E16 5 FOOT X 4 FOOT BOX CULVERT LF 2743 $350.00 $960,050.00 Report Created On: 1/18/2017 2:47:48 PM PART E - DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-E17 TRENCH SAFETY FOR STORMWATER LINES LF 6208 $4.60 $28,556.80 1-E18 TRENCH SAFETY FOR STORMWATER INLET EA 40 $130.00 $5,200.00 1-E19 TRENCH SAFETY FOR STORMWATER MANHOLE/RISER EA 25 $120.00 $3,000.00 1-E20 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.1 EA 1 $9,900.00 $9,900.00 1-E21 TRENCH SAFETY FOR STORMWATER JUNCTION BOX NO.2 EA 1 $3,300.00 $3,300.00 1-E22 JUNCTION BOX NO.1 EA 1 $86,900.00 $86,900.00 1-E23 JUNCTION BOX NO.2 EA 1 $77,200.00 $77,200.00 1-E24 TYPE 'N STORMWATER MANHOLE (4 FEET TO 7 FEET DEEP) EA 3 $7,200.00 $21,600.00 1-E25 TYPE 'N STORMWATER MANHOLE (7 FEET TO 9 FEET DEEP) EA 3 $7,900.00 $23,700.00 1-E26 TYPE 'N STORMWATER MANHOLE (9 FEET TO 11 FEET DEEP) EA 2 $10,700.00 $21,400.00 1-E27 TYPE 'N STORMWATER MANHOLE (11 FEET TO 13 FEET DEEP) EA 1 $11,900.00 $11,900.00 1-E28 TYPE 'C' STORMWATER MANHOLE EA 2 $14,400.00 $28,800.00 1-E29 TYPE 'D' STORMWATER MANHOLE EA 9 $16,200.00 $145,800.00 1-E30 MANHOLE RISER EA 5 $6,600.00 $33,000.00 1-E31 MANHOLES TO BE DEMOLISHED AND FILLED WITH SAND EA 1 $3,200.00 $3,200.00 1-E32 EQUALIZATION AND REINFORCED CONCRETE BOX CONNECTIONS EA 1 $21,400.00 $21,400.00 1-E33 CONNECT LATERAL TO BOX CULVERT MAIN EA 9 $630.00 $5,670.00 1-E34 CONNECT 4 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 1 $10,900.00 $10,900.00 1-E35 CONNECT 5 FOOT X 4 FOOT BOX CULVERT TO BOX CULVERT MAIN EA 7 $10,000.00 $70,000.00 1-E36 ADJUST RING/COVER EA 11 $1,100.00 $12,100.00 1-E37 8" STEEL/METAL PIPE TO BE REMOVED LF 126 $29.00 $3,654.00 1-E38 15" REINFORCED CONCRETE PIPE TO BE REMOVED LF 131 $31.00 $4,061.00 Report Created On: 1/18/2017 2:47:48 PM PART E - DRAINAGE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-E39 18" REINFORCED CONCRETE PIPE TO BE REMOVED LF 553 $29.00 $16,037.00 1-E40 24" REINFORCED CONCRETE PIPE TO BE REMOVED LF 267 $23.00 $6,141.00 1-E41 30" REINFORCED CONCRETE PIPE TO BE REMOVED LF 6 $180.00 $1,080.00 1-E42 54" REINFORCED CONCRETE PIPE TO BE REMOVED LF 23 $250.00 $5,750.00 1-E43 CURB INLET DEMOLITION EA 17 $1,600.00 $27,200.00 1-E44 BOX CULVERT DEMOLITION LF 15 $190.00 $2,850.00 1-E45 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 1) EA 38 $1,100.00 $41,800.00 1-E46 BOX CULVERT REHABILITATION - POINT REPAIRS (CONDITION 2 AND 3) EA 8 $5,200.00 $41,600.00 1-E47 BOX CULVERT REHABILITATION - MISCELLANEOUS DEBRIS AND SILT REMOVAL CY 167 $190.00 $31,730.00 1-E48 BOX CULVERT REHABILITATION - CONFINED WORKING SPACE ENVIRONMENT LF 2650 $61.00 $161,650.00 1-E49 SILT FENCE LF 10000 $1.50 $15,000.00 1-E50 INLET PROTECTION EA 49 $160.00 $7,840.00 1-E51 ALLOWANCE FOR UNANTICIPATED DRAINAGE IMPROVEMENTS LS 1 $25,000.00 $25,000.00 Sub Total: $3,227,118.80 PART F - WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-F1 6 -INCH PVC (C-900) WATERLINE LF 290 $170.00 $49,300.00 1-F2 6 -INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A 12" PVC (C-900) PIPE LF 322 $150.00 $48,300.00 1-F3 8 -INCH PVC (C-900) WATERLINE LF 907 $170.00 $154,190.00 1-F4 12 -INCH PVC (C-900) WATERLINE LF 199 $160.00 $31,840.00 1-F5 12 -INCH WATERLINE REHABILITATION BY PIPE BURSTING WITH A 12" PVC (C-900) PIPE LF 4351 $150.00 $652,650.00 1-F6 16 -INCH PVC (C-905) WATERLINE LF 94 $340.00 $31,960.00 C1VCAS'T Report Created On: 1/18/2017 2:47:48 PM PART F - WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-F7 4 -INCH DUCTILE IRON PIPE LF 15 $200.00 $3,000.00 1-F8 6 -INCH DUCTILE IRON PIPE LF 315 $190.00 $59,850.00 1-F9 8 -INCH DUCTILE IRON PIPE LF 57 $310.00 $17,670.00 1-F10 12 -INCH DUCTILE IRON PIPE LF 238 $320.00 $76,160.00 1-F11 16 -INCH DUCTILE IRON PIPE LF 46 $370.00 $17,020.00 1-F12 TRENCH SAFETY FOR WATERLINES LF 6525 $2.80 $18,270.00 1-F13 6 -INCH D.I.M.J. GATE VALVE EA 15 $1,100.00 $16,500.00 1-F14 8 -INCH D.I.M.J. GATE VALVE EA 4 $1,500.00 $6,000.00 1-F15 12 -INCH D.I.M.J. GATE VALVE EA 23 $4,400.00 $101,200.00 1-F16 16 -INCH D.I.M.J. GATE VALVE EA 2 $11,100.00 $22,200.00 1-F17 12 -INCH X 6 -INCH D.I.M.J. REDUCING CROSS EA 5 $840.00 $4,200.00 1-F18 16 -INCH X 16 -INCH D.I.M.J. CROSS EA 1 $1,900.00 $1,900.00 1-F19 12 -INCH X 8 -INCH D.I.M.J. REDUCING TEE EA 4 $940.00 $3,760.00 1-F20 12 -INCH X 6 -INCH D.I.M.J. REDUCING TEE EA 2 $720.00 $1,440.00 1-F21 16 -INCH X 12 -INCH D.I.M.J. REDUCER EA 1 $810.00 $810.00 1-F22 6 -INCH X 4 -INCH D.I.M.J. REDUCER EA 4 $140.00 $560.00 1-F23 16 -INCH D.I.M.J. PLUG EA 1 $510.00 $510.00 1-F24 16 -INCH X 12 -INCH D.I.M.J. OFFSET BRANCH EA 1 $3,300.00 $3,300.00 1-F25 16 -INCH D.I.M.J. 45 DEG BEND EA 8 $1,100.00 $8,800.00 1-F26 12 -INCH D.I.M.J. 45 DEG BEND EA 27 $650.00 $17,550.00 1-F27 8 -INCH D.I.M.J. 90 DEG BEND EA 2 $360.00 $720.00 1-F28 8 -INCH D.I.M.J. 45 DEG BEND EA 11 $340.00 $3,740.00 1-F29 6 -INCH D.I.M.J. 45 DEG BEND EA 56 $260.00 $14,560.00 1-F30 6 -INCH D.I.M.J. 22.50 DEG BEND EA 8 $250.00 $2,000.00 1-F31 6 -INCH D.I.M.J. 11.25 DEG BEND EA 8 $260.00 $2,080.00 1-F32 4 -INCH D.I.M.J. 45 DEG BEND EA 4 $210.00 $840.00 1-F33 16 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 2 $990.00 $1,980.00 1-F34 12 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 1 $800.00 $800.00 CRICAS'T Report Created On: 1/18/2017 2:47:48 PM PART F - WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-F35 8 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 1 $700.00 $700.00 1-F36 6 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 10 $450.00 $4,500.00 1-F37 4 -INCH D.I.M.J. LONG PATTERN SLEEVE (12 -INCH MIN) EA 5 $400.00 $2,000.00 1-F38 16 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 5 $1,400.00 $7,000.00 1-F39 12 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 19 $900.00 $17,100.00 1-F40 8 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 5 $570.00 $2,850.00 1-F41 6 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 37 $440.00 $16,280.00 1-F42 4 -INCH DUCTILE IRON SPOOL PIECE (24 -INCH MIN) EA 7 $630.00 $4,410.00 1-F43 VALVE BOX ADJUSTMENTS EA 5 $580.00 $2,900.00 1-F44 FIRE HYDRANT ASSEMBLY TYPE I (INCLUDES MAIN LINE FITTING) EA 3 $8,000.00 $24,000.00 1-F45 FIRE HYDRANT ASSEMBLY TYPE II (INCLUDES MAIN LINE FITTING) EA 13 $9,200.00 $119,600.00 1-F46 REMOVE\SALVAGE EXISTING FIRE HYDRANT EA 12 $1,800.00 $21,600.00 1-F47 RELOCATE\RECONNECT EXISTING WATER SERVICE METER (INCLUDES NEW BOX, LINE, & CONNECTION) EA 8 $3,700.00 $29,600.00 1-F48 WATERLINES TO BE GROUT FILLED AND ABANDONED IN PLACE LF 2250 $21.00 $47,250.00 1-F49 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $25,000.00 $25,000.00 Sub Total: $1,700,450.00 PART G - WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-G1 8 -INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 10 - INCH POLYETHYLENE PIPE (SDR 17, IPS) LF 1060 $76.00 $80,560.00 1-G2 10 -INCH SEWER REHABILITATION BY PIPE BURSTING WITH A 12 - INCH POLYETHYLENE PIPE (SDR 17, IPS) LF 246 $95.00 $23,370.00 C lid'le AST Report Created On: 1/18/2017 2:47:48 PM PART G - WASTEWATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-G3 15 -INCH PVC (SDR 26) GRAVITY SEWER PIPE @ 11 FT TO 13 FT DEPTH LF 83 $430.00 $35,690.00 1-G4 TRENCH SAFETY FOR WASTEWATER LINES LF 1389 $9.70 $13,473.30 1-G5 TRENCH SAFETY FOR WASTEWATER MANHOLE REHABILITATION EA 5 $490.00 $2,450.00 1-G6 REHABILITATION OF EXISTING BRICK\CONCRETE MANHOLES WITH FIBERGLASS LINER AND NEW RING/COVER (6' DEEP) EA 5 $8,200.00 $41,000.00 1-G6A MANHOLE REHABILITATION (>6') PER VERTICAL FOOT VF 20 $560.00 $11,200.00 1-G7 18 -INCH DIAMETER STEEL CASING (THROUGH BOX CULVERT) LF 12 $1,000.00 $12,000.00 1-G8 WASTEWATER BY PASSING EA 1 $10,400.00 $10,400.00 1-G9 WASTEWATER SERVICE RECONNECTION (INCLUDES NEW SERVICE LINE AND CONNECTION) EA 7 $2,800.00 $19,600.00 1-G10 15 -INCH VCP TO PVC MISSION RUBBER COUPLING (12 -INCH MINIMUM) EA 1 $710.00 $710.00 1-G11 CONCRETE PAVEMENT REPAIR SF 350 $59.00 $20,650.00 1-G12 ASPHALT PAVEMENT REPAIR SY 45 $230.00 $10,350.00 1-G13 15" VCP (13.5' DEEP) WASTEWATER GRAVITY LINE TO BE REMOVED LF 83 $9.90 $821.70 1-G14 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS LS 1 $25,000.00 $25,000.00 Sub Total: $307,275.00 PART H - GAS IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-H1 BACKFILL AND COMPACTION OF HIGH PRESSURE GAS LINE LF 228 $100.00 $22,800.00 1-H2 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS LS 1 $25,000.00 $25,000.00 Sub Total: $47,800.00 C lid'le AST Report Created On: 1/18/2017 2:47:48 PM PART I -TRAFFIC SIGNAL IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-11 DRILL SHAFT (TRF SIG POLE) (36 IN) LF 56 $390.00 $21,840.00 1-12 CONDT (PVC) (SCHD 40) (2") LF 58 $28.00 $1,624.00 1-13 CONDT (PVC) (SCHD 40) (2") (BORE) LF 222 $29.00 $6,438.00 1-14 CONDT (PVC) (SCHD 40) (3") LF 53 $32.00 $1,696.00 1-15 CONDT (PVC) (SCHD 40) (4") LF 58 $34.00 $1,972.00 1-16 CONDT (PVC) (SCHD 40) (4") (BORE) LF 301 $42.00 $12,642.00 1-17 ELEC CONDR (NO.8) INSULATED LF 388 $2.10 $814.80 1-18 ELEC CONDR (NO.6) BARE LF 183 $2.30 $420.90 1-19 ELEC CONDR (NO.6) INSULATED LF 366 $2.40 $878.40 1-110 TRAY CABLE (3 CONDR) (12 AWG) LF 588 $2.50 $1,470.00 1-111 GROUND BOX TY C (162911) W/APRON EA 2 $1,200.00 $2,400.00 1-112 GROUND BOX TY D (162922) W/APRON EA 2 $1,200.00 $2,400.00 1-113 REMOVE ELECTRICAL SERVICES EA 1 $230.00 $230.00 1-114 ELC SRV TY D (120/240) 060 (NS)AL(E)TS(0) EA 1 $4,600.00 $4,600.00 1-115 ILSN (LED)(6S) EA 2 $3,800.00 $7,600.00 1-116 ILSN (LED)(8S) EA 2 $4,200.00 $8,400.00 1-117 INSTALL HWY TRF SIG (ISOLATED) EA 1 $29,900.00 $29,900.00 1-118 REMOVING TRAFFIC SIGNALS EA 1 $3,300.00 $3,300.00 1-119 VEH SIG SEC (12") LED (GRN) EA 8 $230.00 $1,840.00 1-120 VEH SIG SEC (12") LED (GRN ARW) EA 4 $230.00 $920.00 1-121 VEH SIG SEC (12") LED (YEL) EA 8 $230.00 $1,840.00 1-122 VEH SIG SEC (12") LED (YELARW) EA 8 $230.00 $1,840.00 1-123 VEH SIG SEC (12") LED (RED) EA 8 $230.00 $1,840.00 1-124 VEH SIG SEC (12") LED (RED ARW) EA 4 $230.00 $920.00 1-125 BACK PLATE (12 IN) (3 SEC) EA 8 $93.00 $744.00 1-126 BACK PLATE (12 IN) (4 SEC) EA 4 $110.00 $440.00 1-127 PED SIG SEC (LED) (COUNTDOWN) EA 8 $630.00 $5,040.00 1-128 TRF SIG CBL (TYA)(12AWG)(2 CONDR) LF 943 $2.00 $1,886.00 C lid'le AST Report Created On: 1/18/2017 2:47:48 PM PART I -TRAFFIC SIGNAL IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price 1-129 TRF SIG CBL (TYA)(14AWG)(5 CONDR) LF 496 $2.30 $1,140.80 1-130 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) LF 230 $2.50 $575.00 1-131 TRF SIG CBL (TY A)(14 AWG)(16 CONDR) LF 456 $4.60 $2,097.60 1-132 INS TRF SIG PL AM(S)1 ARM(36')LUM EA 2 $9,900.00 $19,800.00 1-133 INS TRF SIG PL AM(S)1 ARM(40') EA 2 $10,700.00 $21,400.00 1-134 PED POLE ASSEMBLY EA 3 $2,800.00 $8,400.00 1-135 PED DETECT PUSH BUTTON (APS) W/R10-3e SIGN EA 8 $970.00 $7,760.00 1-136 RADAR PRESENCE DETECTOR EA 4 $11,300.00 $45,200.00 1-137 RADAR PRESENCE DETECTOR COMM CABLE LF 556 $6.60 $3,669.60 1-138 CAMERA PTZ (SERIES) EA 1 $11,300.00 $11,300.00 1-139 ETHERNET CABLE CAT 5 LF 72 $13.25 $954.00 1-140 ACYCLICA ROAD TREND EA 1 $8,600.00 $8,600.00 1-141 ACYCLICA POWER/COMM CABLE LF 20 $19.75 $395.00 1-142 ACYCLICA 2.4GHZ ANTENNA EA 1 $860.00 $860.00 1-143 ETHERNET 4000 SWITCH EA 1 $7,700.00 $7,700.00 1-144 ALLOWANCE FOR UNANTICIPATED TRAFFIC SIGNAL IMPROVEMENTS LS 1 $4,000.00 $4,000.00 Sub Total: $269,788.10 PART J - ENVIRONMENTAL ISSUES No. Description Unit Qty Unit Price Ext Price 1-J1 ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES LS 1 $10,000.00 $10,000.00 Sub Total: $10,000.00 00 52 23 AGREEMENT This Agreement, for the Project awarded on February 21, 2017, is between the City of Corpus Christi (Owner) and Berry Contracting LP dba Bay, Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Gollihar Road — Weber Road to Staples Street (Bond 2014) Project Number — E13087 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Naismith Engineering, Inc. 4501 Gollihar Road Corpus Christi, Texas 78411 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 720 Days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 750 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23 - 1 - Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $1000.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 10,601,341.44 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 2 - Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 - Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 - Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 - Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI 0g4ally sgned by Rebecca Huerta 0O_ cnoRebecca Huerta, o, ou, 1=rebeccab@cctexascom, c=tIS Date: .17.03.10 08:39:18 -0600' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.03.09 13:53:53 -06'00' Assistant City Attorney O1911a1ry agned by Jeff Edmonds . 201] 03091421.31 u-E�glneedng, emalgettreye@cctexas Date com, J.H. Edmonds, P.E. Director of Engineering Services M2017-027 BY COUNCIL 2/24/17 RH/ML AUTHORIZED Digitally signed by RH/ML Date: 2017.03.09 15:49:32 -06'00' ATTEST (IF CORPORATION) CONTRACTOR Berry Contracting, LP dba Bay, Ltd. (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Jon Lentz Digitally signed by.lon Len. DN n Len., s`�9 dba §yscaoDate o Estimating Manager 1414 Valero Way Address Corpus Christi, TX 78408 City 361/693-2100 Phone lentzj@bayltd.com State Zip Fax EMail END OF SECTION Agreement 00 52 23 - 6 - Gollihar Road From Weber Rd. to Staples St (BOND 2014), Project E13087 Rev 06-22-2016 . ACo CERTIFICATE OF LIABILITY INSURANCE DATE{MMIDDIYYYY) 16� 1 3/2/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER cNAME:AOMh CT Diann Eisenhauer Higginbotham Insurance Agency, Inc. PHONE361-883-1711 FAX 361-8440101 dba Swantner&Gordon Insurance Agency,LLC E-MAIL PO Box 870 .deisenhauer@higginbotham.net Corpus Christi TX 78403 INSURERS AFFORDING COVERAGE NAIL a INSURERA:ACE American Insurance Company 22667 INSURED BERRY13 INSURERB:ACE Property&Casualty Insurance C 20699 Berry Contracting,LP INSURERC:indian Harbor Insurance Company 26940 dba Bay,Ltd. P.O.Box 4858 INSURERD: Corpus Christi TX 78469-4858 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1194504447 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTIa TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY DIIYEYYY MM/D�IYYY! LIMITS A X COMMERCIAL GENERAL LIABILITY HDOG27853602 5/20/2016 5/20/2017 EACH OCCURRENCE $2,000,000 DAMAGET CLAIMS-MADE FX OCCUR PRE MISESrr n $100,000 X CG0001 04113 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 GEWLAGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $10,000,000 POLICY E]JECOT- 51 LOC PRODUCTS-COMPIOPAGG $5,000,000 OTHER: $ A AUTOMOBILE LIABILITY ISAH09042374 5/20/2016 5/20/2017 Ea accident $2,000,000 X ANY AUTO BODILY INJURY(Per person) $ AUTOSNED AUTOSULEO BODILY INJURY(Per accident) $ HIRED AUTOS F]NON-OWNED PR P R Y DAMAGE $ AUTOS Per accident X MCS-90 S B X UMBRELLA LIAR X OCCUR G28119641001 5/20/2016 5/20/2017 EACH OCCURRENCE $25,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $25,000,000 DED X I RETENTiON$250,000 $ A WORKERS COMPENSATION WLRC48605199 5/20/2016 5/20/2017 X I 8TpTUrE ER" AND EMPLOYERS'LIABILITY Y 1 N ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $2,000,000 OFFICERIMEMBER EXCLUDED? N N I A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $2,000,000 If ySd describe under DESCRIPTIONOFOPERATIONSbelow E.L.DISEASE-POLICY LIMIT $2,000,000 C Contractors Pollution CPL742031903 5/20/2016 5/20/2017 Cond/Agg $25,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:Sylvia Arriaga-Contracts Admin. ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 9277 Corpus Christi TX 78469-9277 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: BERRYI3 _ LOC#: A111CORO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Berry Contracting,LP dba Bay,Ltd. POLICY NUMBER P.O.Box 4858 Corpus Christi TX 78469-4858 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status.Additional Insured-Owners,Lessees or Contractors-Scheduled Person or Organization CG2010 10/01,Additional Insured-Owners,Lessees or Contractors-Completed Operations CG2037 10/01,and Additional Insured-Lessor of Leased Equipment-Automatic Status When Required in Lease Agreement with You CG2034 04/13.CG2038 04/13 Additional Insured-Owners,Lessees or Contractors-Automatic Status for Other Parties When Required in Written Contract.The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05/09.The General Liability policy includes a primary and non-contributory endorsement-Non-Contributory Endorsement For Additional Insureds Form LD-20287(06/06)only when there is a written contract requiring such,and Construction Project(s)General Aggregate Limit LD-21732(01/07)-$5,000,000 Aggregate Per Project. The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement—Schedule Notice by Insured's Representative ALL-32686(01111). Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status.Additional Insured-Designated Persons or Organizations DA-9U74b(06/14). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Transfer of Rights of Recovery Against Others DA-13115a(06/14). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement— Schedule Notice by Insured's Representative ALL-32686(01/11). The Auto policy includes Non-Contributory Endorsement for Additional Insureds only when there is a written contract executed prior to the date of loss-Form DA-21886b(06/14). Commercial Umbrella Liability Policy Form#XS-20835(08/06)includes the following in regards to who is an insured:Any person or organization,if insured under"underlying insurance",provided that coverage proved by this policy for any such Insured will be no broader than coverage provided by the"underlying insurance". The Commercial Umbrella Liability Policy Form#XS-20835(08/06)includes Transfer of Rights of Recovery Against Others to Us-If you or the insurer of"underlying insurance"waive any right of recovery against a specific person or organization for damages as required under an"insured contract",we will also waive any such rights we may have against such person or organization provided that the"bodily injury"or"property damage"occurs subsequent to the execution of the"insured contract". This policy will apply primary of other insurance and such other insurance will not contribute if you have agreed in writing in a contract or agreement-Amendment of Condition J-Other Insurance Form XS-33290(04/11) Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Waiver of Our Right to Recover From Others Endorsement WC00031311/05&Texas Waiver of Our Right to Recover From Others Endorsement WC420304B(06114).The Workers Compensation Cincludes Longshore and Harbor Workers'Compensation Act Coverage Endorsement WC000106A 0492,Outer Continental Shelf Lands Act Coverage Endorsement WC000109C(01115), Maritime Coverage Endorsement-Limits of Liability$2,000,000 Each Accident/Aggregate,and includes Transportation,Wages,Maintenance&Cure WC000201 B(01115),Voluntary Compensation Employers Liability Coverage Endorsement WC000311A(08/91)&Voluntary Compensation Maritime Coverage Endorsement WC000203(4/84),and a blanket automatic alternate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it.Alternate Employer Endorsement WC000301A(Ed 02/89)&Alternate Employer Endorsement WC000301 (04/84). The Workers Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement—Schedule Notice by Insured's Representative WC 99 03 69(01/11). Project: El 3087 Gollihar Road from Weber Rd to Staples St(Bond 2014) ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDOG27853602 COMMERCIAL GENERAL LIABILITY Berry GP Inc/say, Ltd. CG 20 1010 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location: All locations where you are performing operations for such additional insured pursuant to any such written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II—Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with .shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additional insureds, the following exclusion is ered operations has been completed; added: or 2. Exclusions (2) That portion of"your work"out of which I to "bodily in- the Injury or damage arises has been This Insurance does nota apply Y put to its intended use by any person or jury"or"property damage"occurring after: organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 1010 01 0 ISO Properties, Inc., 2000 Page 1 of 1 ❑ POLICY NUMBER: HDOG27853602 COMMERCIAL GENERAL LIABILITY Berry GP, enc/Bay, Ltd. CG 20 3710 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location And Description of Completed Operations: All locations where you perform work for such additional insured pursuant to any such written contract. Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II —Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule,but only with respect to liability arising out of"your work"at the location designated and described In the schedule of this endorsement performed for that insured and included in the"products-completed operations haz- ard". CG 20 3710 01 0 ISO Properties, Inc., 2000 Page 1 of 1 ❑ POLICY NUMBER: HDoc27e53602 COMMERCIAL GENERAL LIABILITY Berry GP Inc/Bay, Ltd. CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Information required to complete this Schedule if not shown above will be shown In the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and Included in the 'products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc.,2008 Page 1 of 1 ❑ NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Endorsement Number Berry GP Inc. and owned subsidiaries per Broad Form Named Insured Bay, Ltd Endorsement #LD-2X58 Policy Symbol Polley Number Polley Period Effective Date of Endorsement HDO G27853602 05/20/2016 to 05/20/2017 05/20/2016 Issued By t arae of Insunum Company ACE American Insurance Company Insert the policy number.The remainder of the information Is to be oompleted only when this endorsement Is lasued subsequent to the preparation of the pony. THIS ENDORSEMENT CHANGES THE.POLICY. PLEASE READ IT CAREFULLY, COMMERCIAL GENERAL LIABILITY COVERAGE Schedule Omanization Additional Insured Endorsement Any additional Insured wfth whom you have agreed to provide such non-contributory Insurance, pursuant to and as required under a written contract executed prior to the date of loss (If no intnrmatfon is filled In, the schedule shalt read:"All persons or entltles added as additional Insureds through an endorsement with the term"Additional Insured"In the title) For organizations that are listed In the Schedule above that are also an Additional Insured under an endorsement attached to this policy,the following Is added to Section IVA.a: If other insurance is available to an Insured we cover under any of the endorsements listed or described above(the°Addltional Insured")for a loss we cover under this policy, this Insurance will apply to such loss on a primary basis and we will not seek contrlbution from the other Insurance available to the Addltional Insured. 4 Authorized Agent LD-20287(06106) Page 1 of 1 CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured Endorsement Number Berry GP,Inc. and owned subsidiaries per Broad Form Named Bay, Ltd. Insured Endorsement #LD2X58 Policy symbol Polley umber PoGey Ps od Ef(eotive Date of Endorsement HDO 627653602 05/20/2016 to 05/20/2017 05/20/2016 Issued 6y(Name of Insurance Company) ACE American Insurance Company Insert the pellcy number.The remalnder of the Imforrnatlon Is to be completed only when this endorsement Is Issued subsequent to the preparatlon of the policy, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies Insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Subject to and eroding the Genera)Aggregate Limit shown In the Declarations, for all sums which the Insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A(SECTION 1), and for all medirai expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as"Your Projects"): 1. A separate Construction Project General Aggregate Llmlt applies to all of Your Projects, and that limit Is equal to$5,000,000 2.The Construction Project General Aggregate Limit Is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily Injury" or "property damage" Included In the "products- completed operations hazard", and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to"Your Projects",regardless of the number of., a.insureds; b,Claims made or"suits"brought; or c.Persons or organizations making claims or bringing"suits". 3.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attrlbuted to "Your Projects" shall reduce the Construction Project General Aggregate Limit and shall giso reduce and erode the General Aggregate Limit shown In the Declarations. 4.The limjs''sfibwn in'the.DeElatatibns for Each Occurrence, Fire Damage and Medical Expense continue to ap- ply,Ht WLaver, such limits wilt tae subject to the Construction Project General Aggregate Limit,as well as the General Aggregate Limit shown in the Declarations. B. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A(SECTION I ), and for all medical expenses caused by accidents under COVERAGE C(SEC- TION I),which cannot be attributed only to"Your Projects 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and 2.Such payments shall not reduce the Construction Project General Aggregate Limlt. LO-21732(01/07) Cop yrlght,Insurance 1 10 is Ortice,Inc., 1996 Page 1 or 2 C.When coverage.far liability arising out of the "products-completed operations hazard" Is provided, any payments for damages because of "bodily injury" or"property damage" Included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D.If any one or more of"Your Projects"has been abandoned,delayed, or abandoned and then restarted,or If the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project, E. The provisions of Limits Of Insurance (SECTION III ) not otherwise modified by this endorsement shall continue to apply as stipulated. 0 Authorized Agent LO-21732(01107) Copyright,Insurance$ 1 •a Office,lnc„ 1998 Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE. Named insured Berry GP,Inc. and owned subsidiaries per Broad Form Endorsement Number Bay, Ltd. Named Insured Endorsement #LD-2X58 Policy Symbol Pollcy Number Policy Period Effective Date of Endorsement HDO I G27853602 05/20/2016 to 05/20/2017 05/20/2016 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number,The remainder of the Informatlon Is to be completed only when this endorsement is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative 1s Intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organlzatlon(s). The failure to provide advance notification of cancellation to the person(s) or organlzatiori(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives,will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect Information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us In providing the Schedule, or In causing your representative to provide the Schedule. E. This endorsement does not apply In the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. A Authorized Representative ALL-32888(01111) Page 1 of 1 ADDITIONAL INSURED-- DESIGNATED PERSONS OR ORGANIZATIONS Named Insureand owned subsidiaries per Schedule of Named Endorsement Number Inc.Berry GP Insured Endorsement #DA-13118a (06/14) Policy Symbol Pofcy Number Policy Period Effec ve Date of Endorsement ISA H09042374 05/20/16 to 05/20/17 OS 20/16 Issued By(Name of Insurance Company) I dfARn 'TMINI(n nformafion is to be completed only when thls endorsement Is Issued subsequent to the preparation of the pollcy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additionallnsured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered"auto,"Who Is Insured is amended to include as an"insured,"the persons or organizations named in this endorsement. However, these persons or organizations are an"insured"only for"bodily injury"or"property damage" resulting from acts or omissions of: 1. You. 2. Any of your"employees" or agents. 3. Any person operating a covered"auto"with permission from you, any of your"employees"or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-91J74b(06/14) Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured and owned subsidiaries per Schedule of Named Endorsement Number Berry GP Inc. Insured Endorsement NDA-13116a (06/14) 11 Poli ymlxsl Policy Number Policy Period Effective Date of Endorsement ISA H09042374 05/20/16to 05/20/17 05/20/16 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the Information is to be completed only when this endorsement is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto. The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Oft m Authorized Representative DA-13115a(06114) Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named insured Berry GP, Ino, and owned subsidiaries per Schedule of Named Endorsement Number Bay, Ltd. Insured Endorsement XDA-13116a(06/14) 9 Policy Symbol Policy Number Policv Period Effective late of Endorsement ISA H09042374 05/20/2016 to 05/20/2017 05/20/2016 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number,The remainder of the Information Is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to Its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In a0ttlon to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative Is intended only to be a courtesy notification to the person(s) or organizations) named in the Schedule in the event of a pending cancellation of coverage, We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organizatlon(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives,will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any Incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will In turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule, E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. n Authorize t ALW2686(01111) Page 1 of 1 Workers'Compenaation and!Employers'Ll ability policy Named Insured and subsidiaries as per Schedule of Endorsement Number BERRY GP,INC.Named Insureds-Endorsement #WC999999A (10/06 P.O.13OX 4858 Policy Number CORPUS CHRISTI TX 784694858 Symbol: WLR Number: 048605199 Policy Period Effective Date of Endorsement 05/20/2016 TO 05/20/2017 05/20/2016 Issued By(Name of insurance Company) ACE AMERICAN INSURANCE COMPANY insert the p5cy number.The rema n er of the information Is to be completed only when this endorsement Is Issued subs2guent to the preparation of the pollcy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement Is not applicable In KY, NH,and NJ. Authorized Agent 931 WC 00 0313 (11/05)Ptd.U.S.A. Copyright 1982-83,National Council an Compensation Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number Berry GP Inc. and subsidiaries per Schedule of Named Insured-Endorsement #WC999999A (10/06) Policy Number S mbol.YLRNumber- C48605199 Pollcy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement TO 05/20/2016 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the policy number.The remainder of the InformaUon Is to be completed only when this endorsement Is Issued subsequent to the preparaflon of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the schedule. Schedule 1. ( ) Specific Waiver Name of person or organization: ( xx ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 21 percent of the premium developed on payroll in connection with work performed for the above persons) or organization(s) arising out of the operations described. 4. Advance Premium: 4vul(P.1�� Authorized Representative WC 42 03 04B(06/14) ©Copyright 2014 National Council on Compensation Insurance,Inc.All Rights Reserved. Workers'Compensation and Employers'Liability Policy Named Insured and subsidiaries per Schedule of Named Endorsement Number BERRY GP, INC. Insured-Endorsement #WC999999A (10/•06) P.O.BOX 4858 Policy Number C48605199 CORPUS CHRISTI TX 784694858 Symbol; WLR Number: Policy Period Effective Date of Endorsement 05/20/2016` o 05/20/2017 05/20/2016 Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number.The remainder or the information Is to be completed only when this endorsement is Issued subsequent to the prepataUon of the pollcy. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the"Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute-and In accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative Is Intended only to be a courtesy notifIcatlon to the person(s) or organization(s) named in the Schedule In the event of a pending cancellatlon of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organizatlon(s) shown in the Schedule will Impose no obligation or liability of any kind upon us, our agents or representatives,will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information In any Schedule, nor are we responsible for any incorrect Information that you or your representative may use. d. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 69(01111) Page 1 of 1 945 _ 006116 PAYMENT BOND BOND NO. 929592859 Contractor as Principal Surety Name: Berry Contracting,LP dba Bay, Ltd. Name: CONTINENTAL CASUALTY COMPANY Mailing address(principal place of business): Mailing address(principal place of business): 1414 Valero Way 5151 SAN FELIPE, SUITE 1800 Corpus Christi,TX 78408 HOUSTON, TEXAS 77056 Physical address (principal place of business): Owner SAME Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: ILLINOIS Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 713-513-6301 E13087 Gollihar Road from Weber Rd.to Staples St. (Bond 2014) Telephone(for notice of claim): SEE ATTACHED Local Agent for Surety Name: SWANTNER & GORDON INS AGENCY LLC Award Date of the Contract: February 21,2017 Address: Contract Price: $10,601.341.44 500 N. SHORELINE BLVD. , SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Bond Telephone: 361-883-1711 Email Address: memooreftiaginbotham. t Date of Bond: MARCH 2, 2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number.1-800-252-3439 Payment Bond Form 00 6116-1 E13087 Gollihar Rd—Weber to Staples(Bond 2014) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2259 and Chapter 2259 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contracto as Principal Surety Signature: Signature: Name: p.-. L 2_ Name: MA ELLEN MOORE Title: t �r� �_-1,A Title: ATTORNEY IN FACT EmallAddress: @hiqqinbotham.net Email Address: memoore@Ycigginbotham.net (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 E13087 Gollihar Rd–Weber to Staples(Bond 2014) 7.8.2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companieel,are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Mary Ellen Moore,Steve Addkison,Cathleen Hayles,Aaron J Endris,Tricia Balolong,Individually of Corpus Christi,TX,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 26th day of October,2016. �Pyonsu,�rh �� o, Continental Casualty Company National Fire Insurance Company of Hartford oa+P *e �gsan+arro American Cas ty Company of Reading,Pennsylvania sud 3FJU. t 1897 tfAii� • , Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 26th day of October,2016,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR anHGAKM .- 0------- ( My Commission Expires June 23,2021 J.Mohr Notary Public CERTIFICATE 1,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said insurance companies this 2M day of MARCH ?017 . OSUN moo, Continental Casualty Company National Fire Insurance Company of CARPORAre a'%V-W rr American Casualty Company of gWing,Pennsylvania i _ i� SEAL `c MY]I. f97t � •' ! iJ 1897 D.Bult 'Asdistdni'Secretary-- Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directorsof the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of ,attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'"day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officerej to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers'j to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective:' This Power of Attorney is signed by Paul T. Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'b day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers')to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.0210 of the Texas Government Code and Sectlon 53202(6) of the Texas Property Code any notice of cfalm to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60804 Telephone: (312) 822-5000 You may also'write to CNA Surety at P.O. Box 1088, Hous, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain Information on companies, coverage*, rights or carnplalrtts at 1-800-252 $39 You may also write the Texas Department of insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512-475.1771. PR>EAIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the company first. If the-dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. 00 61 13 PERFORMANCE BOND BOND NO. 929592859 Contractor as Principal Surety Name: Berry Contracting,LP dba Bay, Ltd. Name: CONTINENTAL CASUALTY COMPANY Mailing address(principal place of business): Mailing address(principal place of business): 1414 Valero Way 5151 SAN FELIPE, SUITE 1800 Corpus Christi,TX 78408 HOUSTON, TEXAS 77056 Physical address (principal place of business): Owner SAME Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: ILLINOIS Corpus Christi,Texas 78469 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): 713-513-6301 E13087 Gollihar Road from Weber Rd.to Staples St. (Bond 20141 Telephone(for notice of claim): SEE ATTACHED Local Agent for Surety Name:SWANTNER & GORDON INS AGENCY LLC Award Date of the Contract: February 21,2017 Address: Contract Price: $10,601.341.44 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Bond Email Address: memoore@higginbotham.net Date of Bond: MARCH 2, 2017 The address of the surety company to which any notice of claim should be sent may be obtained C (Date Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number:1-800-252-3439 Performance Bond 00 61 13-1 E13087 Gollihar Rd—Weber to Staples(Bond 2014) 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Band to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: C . Name: 17,oAn L-e,•JAZ Name: MAR LLEN MOORE Title: 5`t-s r-•. u F-; _ hr Title: ATTQPNRY TN PACT Email Address: �p Email Address: memoore@higginbo'tham.net (Attach Power of Attorney and ploce surety seal below) END OF SECTION Performance Bond 006113-2 E13087 Gollihar Rd—Weber to Staples(Bond 2014) 7-8-2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Mary Ellen Moore,Steve Addkison,Cathleen Hayles,Aaron J Endris,Tricia Balolong,Individually of Corpus Christi,TX,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 26th day of October,2016. c,Ast ��q Continental Casualty Company ', National Fire Insurance Company of Hartford coaPowtna �vdtFo American CaslWty Company of Reading,Pennsylvania �i SEAL gut i. 1897 .� HAif�"' • � I . Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: On this 26th day of October,2016,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. J.MOHR somommob My Commission Expires June 23,2021 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 2ND day of MARCH 2017 . °ASuq�r 0SUR4aA Continental Casualty Company ; 1 ,gad National Fire Insurance Company of �vrc rFo American Casualty Company of Rgading,Pennsylvt�nta °v SMY EAL MOMUZ �' � D.Butt �Asdistdnt,Secretary. Form F6853-4/2012 ,� . R , Authorizing By-Laws and Resolutions } ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directorsof the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers')to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`x'day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers')to execute various policies,bonds,undertakings and other obligatory instruments of lice nature;and Whereas,from time to time,the signature of the Authorized Officer;,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25'b day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers') to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(8) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822-5000 You may aiso*w to to CNA Surety at P.O. Box 1088, Ham, T 77231-1068. You rnmy contact the Texas Departrre of Insurance to obtain Information on companies, coverages, rights or complaints at 1-$00.252439 You may also writ the Texas Department of insurance: P.O. Box 149104, Austin, Texas 787149104, or fax 512-473-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dlsputs conceming your premium or about a claim you should contact the company first. If the-dispute is not resaived you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for information only and does not become a part or condition of the attached documents.